Loading...
HomeMy WebLinkAboutResolution - 2017-R0363 - Evoqua Water Technologies - 10/12/2017 (2)Resolution No.2017-R0363 Item No.6.10 October 12,2017 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock,Contract No.13423 for North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package,by and between the City of Lubbock and Evoqua Water Technologies,LLC,of Sarasota, Florida, and related documents. Said Contractis attachedheretoand incorporated in this resolutionas if fullyset forthhereinand shall be included in the minutes of the City Council. Passed by the City Council on October 12,2017 . ATTEST: ;a Garza,City SSecreta: APPROVED AS TO CONTENT: Mark Yearwood,AssiAssistant City Manager APPROVED AS TO FORM: Kelli Leisure,Assistant City Attorney ccdocs/RES.Contract No.13423EvoquaWaterTech 07.06.17 DANIEL M.POPE,MAYOR CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-235875 Date Filed: 07/12/2017 Date Acknowl ged: 07/13/2017 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Evoqua Water Technologies LLC Sarasota, FL United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13423 North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Stas, Ben Warrendale, PA United States X Keating, Ron Warrendale, PA United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us version v1.U.663 CERTIFICATE ATE OF INTERESTED PARTIES Fore 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2017-235875 Evoqua Water Technologies LLC Sarasota, FL United States Date Filed: 07/12/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed, City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13423 North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling I Intermediary Stas, Ben Warrendale, PA United States X Keating, Ron Warrendale, PA United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. ."'YP ••, SHERILYNN GAL �.� EN ....... MY COMMISSION # G 025129--__.... N: EXPIRES: December 26, 2020 •'%;foFF`°�0ondedihruNotaryPubiieUnfeneiters Si, nature of authorized agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE Sworn to and subscribed before me, by the said Ronald B . MacReynolds , this the 13 th day of July 20 17 to certify which, witness my hand and seal of office. � Sheri Lynn Whalen Notary Public — FL � Sig ture of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www, ethics. state.tx. us Version V1.0.883 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2017-235875 Evoqua Water Technologies LLC Sarasota, FL United States Date Filed: 07/12/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 07/13/2017 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13423 North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Stas, Ben Warrendale, PA United States X Keating, Ron Warrendale, PA United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2017-235875 Evoqua Water Technologies LLC Sarasota, FL United States Date Filed: 07/12/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13423 North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package 4 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Stas, Ben Warrendale, PA United States X Keating, Ron Warrendale, PA United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. ..;;y:oJ ••. SHERI I.YNN WHALEN MY COMMISSION # GG 025129 _----- = ate' EXPIRES: December 26, 2020 '%; rBondOdThruNoteryPuWtcUrdC(wrtlers - Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE Sworn to and subscribed before me, by the said Ronald B . MacReynolds this the 13th day of July 20 1- to certify which, witness my hand and seal of office. �t k Sheri Lynn Wlialen Notary Elul)j i.c -- FL, Sign ture of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: October 12.2017 CITY OF LUBBOCK SPECIFICATIONS FOR North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package RFP 17-13423-TF CONTRACT #: 13423 PROJECT 6345.8111 6349.8111 Plans & Specifications may be obtained from BidSync.com Zo) 7- (zv363 City of ubbock TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank �l • M I I Paee Intentionally Left Blank i ri Q City of ock TEXAS ADDENDUM I Engineer's Addendum No. 1 REP 17-13423-TF North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package DATE ISSUED: June 19, 2017 CLOSE DATE: June 22, 2017 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the proposal submittal form. Engineer's Addendum No. 1 1. Please review and incorporate Engineer's Addendum No. 1. All requests for additional information or clarification must be submitted in writing and directed to: _. Teofrlo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores&mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, `wb& 57eN" CITY OF LUBBOCK Teofrlo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if and langu age, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 0425-025-01 ADDENDUM NO. 1 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF LUBBOCK, TEXAS RFP 17-13423-TF NORTH WATER TREATMENT PLANT AND SOUTH WATER TREATMENT PLANT CHORINE DIOXIDE PROCUREMENT TO: PROSPECTIVE OFFERORS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Item 1-1 Specifications, Section 01100 —SUMMARY: Paragraph 1.4, Item A: Add the following to the end of this item: "Based on documentation prepared by the ENGINEER for improvements at the North WTP, the hydrochloric acid tanks and sodium chlorite tanks are specified to be fiberglass reinforced plastic (FRP)." Paragraph 1.4, Item B: Add the following to the end of this item: "Based on documentation available to the ENGINEER, the sulfuric acid tanks (bulk and day) located at the South WTP were specified to be carbon steel (ASTM A516, Grade 70) with a Novolac Epoxy KCC EN25.5 lining (minimum 35 mils). Based on documentation available to the ENGINEER, the Purate tanks (bulk and day) located the South WTP were specked to be fiberglass reinforced plastic (FRP)." Item 1-2 Specifications, Section 01200 — PRODUCT ADMINISTRATION: Paragraph 1.3, Item C.1.a Delete this item in its entirety. Part 3 (EXECUTION), Item N.3: Delete this item in its entirety. Item 1-3 Specifications, Section 11302 — CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS): Paragraph 1.4, Item B. 1: Add the following to the end of this item: "The chlorate associated with the degradation of sodium hypochlorite will be measured by the CITY so that the fraction of chlorate from this precursor chemical can be excluded from the chlorine dioxide purity calculation." ADDENDUM 1 - PAGE 1 of 2 OFtw2.ftw.apailsharelp o*Is104251025-0112-0 Wdc Prod12-3 SPECSVWdendum Na 011RFP 17-13423-TF Addendum 001.donc 0425-025-01 Paragraph 2.3, Item A.2.d.3): Delete "25 gpm" and add "l 0 gpm" in its place. -' "An existing motive water pump system is in place at the South WTP and will continue to be utilized to minimize the latency due chemical travel time." Paragraph 2.3, Item E.3: Delete the text "platinum electrode" and add "Hastelloy C electrode" in its place. All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. TBPE Firm No. 13 -.%: James L. Naylor, P.E. June 19, 2017 1.) ADDENDUM 1 - PAGE 2 of 2 \XRw2-ftw.apoldwe\propcisI0425025-0112-OWrk Prod%2-3SPECS%Addendum No 01VZFP 17-13423-TFAddendum 001.docx I Page Intentionally Left Blank I I I I I I i-j City of Lubbock Bid RFP 17-13423-TF City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 17-13423-TF North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. i. X _ Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. x Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. x Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. X Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. - X Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Once prior to the deadline. Late bids will not be accepted. 6. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include ffrrn'.s FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. X Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. x Complete and submit the PRQzPQ��_E_D LIST OF SUB -CONTRACTORS. DQCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING 10. x Complete and submit the FINAL LIST OF SUB -CONTRACTORS. l L DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 1 I. Please submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time ' FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. Evoqua Water Technologies LLC (Type or Print Company Name) 6/2/2017 3:62 PM F I I I I I Page Intentionally Left Blank E. I I I I H-1 u 1. 2. rk 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 12. 13. L NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-3. SAFETY RECORD QUESTIONNAIRE 4-4. SUSPENSION AND DEBARMENT CERTIFICATION 4-5. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FIN.0 LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS I Page Intentionally Left Blank r I W I NOTICE TO OFFERORS Patte Intentionally Left Blank P m m I 1"It I I Notice to Offerors RFP 17-13423-TF Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on June 22, 2017, or as changed by the issuance of formal addenda to all plan holders, to Rimish all labor and materials and perform all work for the construction of the following described project: North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package After the expiration of the time and date above fist written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 PM on June 22, 2017, and the City of Lubbock City Council will consider the proposals on July 27, 2017, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successfid proposer will be required to finnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to ftunish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors 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 reliable 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 proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.coin at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT LYIERi' IET ACCESS may use computers available at most public libraries. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror 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. There will be a. non -mandatory pre proposal conference on June 13, 2017, at 10:OOAM, in Committee Room 103, 1625 13te Street, Lubbock, TX 79401. t 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 and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is fii Cher directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, 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 offerors 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, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, .Marta-ACvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Pate Intentionally Left Blank I t-I Lil I �y GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to finuish North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM, June 22, 2017 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "REP 17-13423- TF, North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta. Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Sheet, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and - Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00AM. June 13.2017, in Committee Room 103, 1625 131h Street, Lubbock, TX 79401. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not v mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsviic.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 An proposer in doubt as to the true meanie of an art of the specifications or other documents YP P g YP P t' may request an interpretation thereof from the Director of Purchasing and Contract Management. 1 L 4 5 At the request of the proposer, or in the event the Director of Purchasing and Contract t q p P g I Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at �. hn://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation IJ considered, the request must be submitted in waiting and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. El 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefirlly examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. PA 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Conti -act Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 2 �_ 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret dining negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include fiill compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described w in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all pai ties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as �.1 noted in the Notice to Offerors. 12 13 I' ' i ' i 1 i 1' 1 � l ' 1 '_ _ i i _ �_ • SIC UI 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY, ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED LET WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores@rnylubbock.us Bidsync: sv-vyw.b1dsync.com ��1►Ti1��►1•Zi].�•7�1:i�l7ZZ�i►ril��l��t���l See SPECIAL CONDITIONS, Paragraph SC-2. 14 PAYMENT 15 ro All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 4 t 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any thud party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the propose r 20 21 22 23 24 (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent dainage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. The contractor shall, at his own expense, firnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successfid proposer shall be required to firnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance 4' shall be carried with an insurance company authorized 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 certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORDING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is firther directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary Service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three fiill working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project tinder this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf j 7 M 29 30 this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firin, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal "RFP 17-13423-TF NORTH WATER TREATMENT PLANT AND SOUTH WATER TREATMENT PLANT CHLORINE DIOXIDE PROCUREMENT PACKAGE" Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.4 Pursuant to Texas Local Government Code 2.52.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal` price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE� MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. i (b) General Instructions to Offerors. (c) Proposer's Submittal Form. ~ (d) Statutory Bonds (if required). (e) Contract Agreement. _ (f) General Conditions. t (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall fiunish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: _ (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. I. (e) The safety record of the Contractor and proposed Sub -Contractors -£ (0 The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform s i, 32 33 4� g work on these projects. In addition, the Contractor may be required to provide the name(s) of supeivisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein.' BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and finrther defined by Texas Local Government Code Section 271.116. P, The proposals will be used to perform a competitive evaluation process and determine which one provides the best value to the City, while meeting the performance requirements outlined in Technical IJ Specifications. The factors to be included in the evaluation process are delineated in the SPECIAL CONDITIONS paragraph, SC-5. t_ 32.1 Proposals shall be made using the enclosed Proposal Submittal Forum. SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most , advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER Ell UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR , GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published i selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced {either in excess of or below reasonably expected values), or irregularities of any kind. " r { 10 s h''; 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Goverment Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the . U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: ' http://www.wdol.gov/dba.ast)x 35.4 It shall be the responsibility of the successfiil offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day W that the worker is paid less than the wage rates stipulated in the contract. TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying -with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a Rill -time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successfid offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. PROPOSAL SUBMITTAL FORM I Page Intentionally Left Blank H I I I I J I City of Lubbock Bid RFP 17-13423-TF PROPOSAL SUBMITTAL FORM -- UNIT PRICE PROPOSAL CONTRACT DATE: 6120/1"7 PROJECT NUMBER: RFP 17-13423-TF North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package Proposal of F,voqua hater Tecln�noi.ogies LL (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offerer, in compliance with your Request for Proposals for the construction of the North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding i the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM NO. DESCRIPTION ESTIMATED QUANTITY I UNIT UNIT PRICE EXTENDED AMOUNT North Water Treatment Plant 1 25%(wttwt) Sodium Chlorite 3,745,650 lbs. $0, 687 per pound $2, 573, 261.55 Delivery, as specified. South Water Treatment Plant 2 25%(wtlwt) Sodium Chlorite 889,850 lbs. $0. 667 per pound $611, 326. 95 Delivery, as specified. TOTAL PROJECT (ITEMS 1-2) S $3,184, 588. 50 'ZP� Offeror's Initials 1 At the North Water Treatment Plant, the "Estimated Quantity" is based on an annual average dose of 1.4 mglL chlorine dioxide, an annual water allotment of 11,373,590,000 gallons of water, and a five (5) year term. At the South Water Treatment Plant, the "Estimated Quantity" is based on an annual average dose of I A mg/L chlorine dioxide, an annual water allotment of 2,702,000,000 gallons of water, and a five (5) year term. t 16 612/2017 3:52 PM P 30 Cly of Lubbock Bid RFP 17-13423-TF i Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice l to Proceed" of the Owner and to substantially complete the project as stipulated in SPECIAL CONDITIONS, Paragraph SC-2, the specification and other contract documents. Offerer hereby further agrees to pay to Owner as liquidated damages the sum of $25 for each consecutive calendar day after substantial completion and in t excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six (60 calendar days after the scheduled closing time for receiving proposals. s , The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and l he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5016) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. 64' ✓ Offeror's Initials H 602017 3Z2 PM p. 31 City of Lubbock Bid RFP 17-13423•TF Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S or a Proposal Bond in the sum of 5% of Total Bid Amount Dollars $ { , 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 falls to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shalt be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Sege Attached Officer's Certificate Secretary Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 6/19/2017 Addenda No. date Addenda No. Date Addenda No. Date MAVRE Firm: N/A Date: / z 7 Authorized Signature Jennifer R. Miller (Printed or Typed Name) Evoqua Water Technologies LLC Company 2650 Tallevast Road Address Sarasota Manatee City, County Florida , 34243 State Zip Code Telephone: 941 - 359--7930 Fax: 941 - 359- 7985 Email. municipalservices@evoqua.com FEDERAL TAX ID or SOCIAL SECURITY No. 80-0909020 61212017 3 52 PM p 32 0 evoQJA WATER TECHNOLOGIES EVOQUA WATER TECHNOLOGIES LLC OFFICER'S CERTIFICATE I, Jessica Beckett-McWalter, Assistant Secretary of Evoqua Water Technologies LLC, a Delaware limited liability company (the "Company', do hereby certify on behalf of the Company that Jennifer Miller is General Manager of the Municipal Services Sub -segment of the Company, and that in such capacity, Jennifer Miller has full power and authority to execute and deliver the Company's bid and all related ancillary agreements in connection with the supply of chlorine dioxide to the North Water Treatment Plant and South Water Treatment Plant for five (5) years to the City of Lubbock, Texas. IN WITNESS WHEREOF, the undersigned has executed this Certificate on the 201h day of June, 2017. siea Beckett McWalter Assistant Secretary IN 9 THE AMERICAN INSTITUTE OF ARCHITECTS r AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE as Principal, hereinafter called the Principal, and P.O. 8OX 469011. San Antonio. TX 78246 -' a corporation duly organized under the taws of the State of IL as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock 1625 13th Street Lubbock, TX 79401 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of amount Bid . Dollars ($ 5% }, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, thmiy by these presents. WHEREAS, the Principal has submitted a bid for North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package; RFP 17-13423-TF, Contract#: 13423 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with f the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or L_ Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of tabor and materials fumished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shalt pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain to full force and effect. Signed and sealed this 22nd day of June , 2017 IKimberiy D. L_ AIA DOCUMENT A310 • BID BOND t AtA • FEBRUARY 2970 ED. 0 THE AMERICAN INSTITUTE OF ARCHITECM 1735 N.Y. AVE., N.W.. WASHINGT'ON, D.C. 20006 Argonaut Insurance Company AS-1 Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BYnIESE PRESENTS That die Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State ofillinois mid having its principal office in the County of Cook, Illinois does hereby nominate, constitute and appoint Rich C Rosc, Lca�_� C, Rose- Janice 14 f 11 I use jfz"cri AnnSmith.&a& t siren Stacy s era Aim 1�-­z A, sueeP Their true and lawful agent(s) and attimicy(s)-in-fact, each in their separate capacity ifmore than one is named above, lcimak e, execute, scat and deliver for and on its behalf as surely, and us its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship provided, however, that the penal sum of arty one such instrument executed hereunder shall not exceed the sum op Lill This Power DfAtionvy is granted and is signed and scaled under and by the authority of the following Resolution adopted by the Board of Directors of Argonaut Insurance Company. "RESOLVED, That the President. Senior Vice President, Vice President, Assistant Vice President, Secretary, Treasurer and each of them hereby is authorized to execute powers ofattonicy. arid such authority can be executed by use of to I vsimik: signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in the given pov`cr ofanomey, to execute in belinifaf, and acknowledge as the act and deed of the Argonaut Insurance Company. all bond undertakings and contracts of suretyship, and to affix the corporate sea l therein IN WITNESS WHEREOF, Argurtau(Irtsurance Company has caused it5,official seal to he hereunto affixed and these presents to be signed by its duly authorized officer on the 1801 day of'July, 2013, .06-1-fts" UPA Argonaut Insurance Company z rasa s by - STATE OF TEXAS Joshua C Betz, Senior Vice President IF COUNTY OF HARRIS SS On this 18th day of July, 2013 A.D, before me 'a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, come 711E ABOVE orrICER OF THE COMPANY, tome personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seat affixed to the preceding instrument is the Corporate Sea] orsaid Company, and the said Corporate Seal and his signature as officer %vcre duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution adopted by the Board of Directors of said Company, mkrrcd to in the preceding instrument is now in force IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Oflitchil Seal at the Comity of Harris, the day and year first above written wn . 4Y�a KATHLEEN M '-�Ulxl Lka M N OTA LAVJC 8R=TAT70eM0rPTEXAS (MMY COA" SM. 021-tak-wi (Notary Public$ 1, the undersigned Officer of the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF, ATTORNEY ofwhKh the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked ott IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the a4^9- ay0f7WAM-.101-7 Sarah Heineman r VP-UnderwritingSurety THIS DOCUAIIENT IS NOT VALID UNLESS THE WORDS ARGO POWER OFAn-ORNEY AND THE SrRIAL NUXTRER 14N THE UPPER RIGHT HAND CORNER ARE IN BLUE, AND THE DOCUNIENT IS ISSUED ON WATEPUNIARKED PAPER. IF VOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUNIENT CALL (210) 32t .8400, Technical Information Submittal to City of Lubbock Texas Lubbock, TX RFP Due June 22, 2017 Solicitation RFP 17-13423-TF June 20, 2017 € voQUA WATER TECHNOLOGIES 2650 7allevast Rd Sarasota, FL 34243 (800) 346-3982 www.evoquaxom TABLE OF CONTENTS SECTION 00800 SPECIAL CONDITIONS 1,4, SC-3., A- I — Process Flow Diagrams 2 — Process Description 3 — Equipment List 4 — List of Exceptions 5 — Qualifications a. Firm's Overall History b. References c. Organization Chart d. Equipment Description e. Source of Supply f. Unscheduled Response Explanation n v a In in a www.evcquaxom I — Process Flow Diagrams UEMZEER= I—,—! a 7 1 m diJ ,i1J dil ,L't VHaRMARIM93 N II -ifi4oz d d old ----___---_-- \� I -- lie , u In §oil 1� 1 pp 11 lks4iEtiaSLBii;kkceEEEci;Esat 59aaQr g�p�aa�RRaiz�aa��a�r�a RPi.�d�6i�d.:l�Cii:Y:Q:.o�e�sQFfsii�eQi�DaaiBaR3�EYFerrr o-►coo®an(mcp (� j oil i- — a ® ® 0 $� = 4; 0 a ba = '��'�� { ¢+ o as d s � , n Q � a a �§J !Qlifnd�daF�'maEte�EQEa9:7F�F!lYY4Q�41iisQ.�EE has 1 r, 1 2 — Process Description Evoqua Millennium III''" T-Series generators produce chlorine dioxide (CI02) in a two stage continuous process under vacuum conditions to generate chlorine dioxide safely and efficiently. In the first stage, molecular chlorine gas is generated in situ by the reaction of a 12.5°% solution of sodium hypochlorite and a 15% solution of hydrochloric acid. In the second stage, the chlorine gas is reacted with a 25% sodium chlorite solution to produce chlorine dioxide. Efficiency and yield in both cases discussed herein is maximized by reaction of chemical reactants in their concentrated form under vacuum. These reaction conditions favor the immediate formation of chlorine dioxide, thereby minimizing byproduct formation found in other types of generators. Millennium IIITm generators are capable of consistently producing chlorine dioxide with a yield efficiency of 95 percent based on the stoichiometric reactions shown. The first stage of the Millennium III""" T-Series generator reaction process combines the sodium hypochlorite solution with the hydrochloric acid solution to produce chlorine in -situ under vacuum according to the reaction: NaOCi + 2HCl 4 C12 + NaCl + H2O A subsequent second stage reaction follows immediately and is between the sodium chlorite solution and the in situ produced chlorine gas (produced under vacuum) according to the reaction: 2NaC102+ C12 4 2CI02+ 2NaC1 5.64 lbs 25% Sodium Chlorite + 0.55 lbs Cl2 6 1.0 lbs of Chlorine dioxide @ 95% Efficiency The first and second stage reaction chemistry of the Millennium IlITm T-Series generator process is a continuous inline combined reaction process that occurs in milliseconds under vacuum, and the overall combined reaction is depicted by the following: 2NaCl02+ NaOCI + 2HCI 4 2C102+ 3NaCl + H2O 6.64 lbs 25% Sodium Chlorite + 4.65 lbs 12.5% Sodium hypochlorite + 3.79 lbs 15% HCLa 1.0 lb Chlorine Dioxide @ 95% Conversion Efficiency and Yield from sodium chlorite. As chlorine dioxide is formed in the reaction column (under vacuum) it is immediately ejected into the generator's motive/dilution water stream that drives the generator's vacuum eductor. The motive water stream is at a constant flow rate and constant pressure (using the water booster pump and pressure regulator provided as a standard part of the generator assembly skid). Exiting the generator is an aqueous chlorine dioxide solution of variable but adjustable strength (can be, for example, a 200 to 3000 PPM C102 aqueous feed solution - the actual concentration produced is based on the PLC settings, treated water flow, chlorine dioxide output concentration, and the reagent feed rate rotameter settings). • Unlike other generation systems, the Millennium III process does not require reagent metering pumps or pH control, or feed of excess chlorine (above the stoichiometdc requirements of the above reaction) or acid addition to the motive water stream driving the generator's eductor. • Unlike other generation systems, the Millennium IIi process does not require that molecular chlorine gas first be injected to the motive water stream to pre -dissolve chlorine in the motive water to create hypochlorus acid (always in an equilibrium with hypochlorite at pH 7.0), the latter of which can precipitate an alternate and less efficient pathway to chlorine dioxide formation which also leads to much higher by- product levels (chlorate, un-reacted by-product chlorite, caustic, and THM'WTHAA's) in the produced chlorine dioxide aqueous feed stream. www.evoqua.com • The pH of the Millennium III produced aqueous chlorine dioxide feed stream is greater than 4.5 and less than 6.5, and nominally averages 5.5 to 6.0. The pH of the produced aqueous chlorine dioxide feed solution from most other competitive chlorine gastchlorite based C102 systems is typically a 5.0 and nominally closer to 4.0 which can create a more corrosive environment. • Competitive systems often require from 15% to 40% excess molecular chlorine gas (or acid) or excess hypochlorus acid fed to the motive water stream to maintain the pH of the motive water stream from 4.5 to 5.0 so as to optimize hypochlorus add production for the alternate pathway production of chlorine dioxide. As shown in EPA's C102 guidance manual (Chapter 4), caustic is a by-product of the hypochlorus acid chlorite Clpz route and it also must be neutralized with excess chlorine feed (or acid) so as to maintain pH in the range of 4.0 to 4.5 to maintain an optimum molar conversion efficiency of hypochlorus acid (pre - dissolved chlorins gas) and chlorite. This inevitably creates a more expensive C102 with ongoing chemical operating costs that can be substantially more than the Millennium ill process over time. Yield Determination Analysis Yield shall be determined as the ratio of chlorine dioxide, chlorite and chlorate generated to the theoretical stoichiometric maximum. The yield (and purity) shall be demonstrated by an amperometric analysis capable of differentiating between chlorine, chlorine dioxide, chlorite and chlorate. The theoretical stoichiometdc maximum shall be determined from the feed rates of the two reacting chemicals. Analysis shall be confirmed by the procedure as described in Standard Methods for the Examination of Water and Wastewater, APHA- AWWA-WPCF, 20th edition 1998, Amperometric Method 11, 4500-CI02E. IN U U r� i LJ www,evcqua.com �_I 3 — Equipment List This scope of supply is based upon Specification Section 11302. No other specification sections are being referenced in Section 11302. The units must be shielded from direct sunlight and rain, and protected from electrical surges such as lightning. Evoqua requires the chlorine dioxide equipment to be located in a building with proper ventilation in a non -condensing environment. Operating temperature range is 40°F-1040F. Sites not meeting these minimum requirements may invalidate the equipment warranty. The generation system and precursors should also be protected from freezing. North Plant - Evoqua shall provide two (2) Millennium IIITm T1000-Auto three chemical (sodium hypochlorite / hydrochloric acid/sodium chlorite) chlorine dioxide generators capable of producing 1000 Ibs/day of chlorine dioxide with up to a 10:1 turn -down capability. South Plant - Evoqua shall provide two (2) Millennium IIITM T250-Auto three chemical (sodium hypochlorite / hydrochloric acid/sodium chlorite) chlorine dioxide generators capable of producing 250 Ibslday of chlorine dioxide with up to a 10:1 tum-down capability. This quotation is based on a standard system. The Millennium III TM Auto generator has the following special benefits: o Maintains a constant chlorine dioxide dose to allow very precise treatment to the process water and eliminates overfeed potential. o Automatically adjusts precursor feed rates if the process water flow rate changes to maintain a constant chlorine dioxide dose. o Failsafe design stops all feed of precursor chemicals in the event of a power or water failure. The reaction system is rinsed with motive water before start up occurs and after the system is turned off. NORTH PLANT Evoqua shall provide two Millennium IItTm T1000-Auto three chemical flow -pacing chlorine dioxide generators capable of producing up to a maximum of 1000 Ibs/day of chlorine dioxide with also a 10.1 auto flow -pacing turn -down capability. The production range of this generator is 100 to 1000 Ibs/day. PLANT DIMENSIONS Table 1— North Plant Dimensions www.evaque.com Each generator comprises principally: 1 Chlorine Dioxide Generator Evoqua Millennium I111T"4 T1000-Auto chlorine dioxide generation system. The generator consists of a skid mounted design constructed of stainless square tube. The control package incorporates an Allen Bradley Micrologix PLC with Touch - Screen Control Panel, both pre-programmed and loaded with the correct licensed software for the proper generator operation and generator functions by Evoqua. Other components are described below. 1 Control Panel (Skid Mounted NEMA 4) PLC —AS Micrologix PLC Software — IRS Logix 500 (software not included) HMI —Automation Direct Cmore Color Touch Screen HMI Software — C More (software not included) UPS — Not Included Ethernet Switch — Allen-Bradley 3 Precursor Automatic Control Valves Evoqua Wallace & Tiernan LVN liquid control valves 4 Flow Meters — Siemens Model Type Sitrans This includes (3) reagent tlowmeters plus (1) water flow meter. Meters shall be installed and mounted on the generator skid 1 Water Booster Pump (factory integrated with generator) Vertical multi -stage centrifugal pump, skid -mounted. Grundfos CR-Series. 1 Motor Control Panel (integrated with generator) - Power supply panel for Water Booster Pump, 480 VAC, three phase. All components installed in a NEMA 4X modified enclosure, UL 508A certified. 1 C102 and Hypochlorite Analyzer — Optek-Danulat The module is factory integrated, interfaced and mounted in generator's control panel with a color LCD graphic display with C1O2 and hypochlorite optical sensors mounted in a bypass piping arrangemerK. This configuration allows for real time in -line monitoring and self -tuning control of the actual chlorine dioxide aqueous solution strength and the sodium hypochlorite solution strength with signal interface to PLC and touch -screen panel. The optical analyzer allows self -tuning to efficiently utilize precursors to maximum C102 generation and yield. Design and fabrication notes: Power cables to be (Thermoplastic High Heat Nylon Coated) THHN No rigid or PVC coated conduit is used. Table 2 — T1000-Auto Major Components www.evc>qua.com i Figure 1 shows a plan view of the chemical feed room. A minimum of 42" is needed around the power panel. for access per NEC. Figure 1 —Plan View! North Plant www.uvoqua.com w 16 fm sir TOP VIEW P#Xsw. WW no cummr Figure 2 — North Plant T100O Auto 1.5" WL e --i D —JD www.cvoqua.com The City of Lubbock shall be responsible for all civil works, mechanical, electrical, and plumbing at the site, including the following: NORTH PLANT —1000 ppd Potable Water 40 gpm at a minimum 30 psi Safety Provide and install a safety shower and eye wash within easy access as shown on plans Dedicated Power Source 480 VAC, Three Phase Drain 2" (lock out tag out drain optional for area wash) Sodium Chlorite — 25% 558 gpd max Sodium Hypochlorite —12.5% 460 gpd max Hydrochloric Acid —15% 423 gpd max Table 3- North Plant Site Requirements Installation Installation service is included for the North WTP including generator placement and interconnections into the room as shown in Figure 1. SOUTH PLANT Evoqua shall provide two Millennium 111Tm T250-Auto three chemical flow -pacing chlorine dioxide generators capable of producing up to a maximum of 250 Ibstday of chlorine dioxide with also a 10:1 auto flow -pacing turn -down capability. The production range of this generator is 25 to 250 Ibslday. 7waad1 its Table 4 — South Plant Dimensions www.ovoqua.com Each generator comprises principally: Fjill _ 1 Chlorine Dioxide Generator Evoqua Millennium III"" T250-Auto chlorine dioxide generation system. The generator consists of a skid mounted design constructed of stainless square tube. The control package incorporates an Allen Bradley Micrologix PLC with Touch - Screen Control Panel, both pre-programmed and loaded with the correct licensed software for the proper generator operation and generator functions by Evoqua. Other components are described below. 1 Control Panel (Skid Mounted NEMA 4) PLC - AB Micrologix PLC Software - IRS Logix 500 (not included with the scope of work) HMI - Automation Direct Cmore Color Touch Screen HMI Software - C More UPS - Not Included Ethernet Switch - Allen-Bradley 3 Precursor Automatic Control Valves Evoqua Wallace & Tiernan LVN liquid control valves 4 Flow Meters - Siemens Model Type Sitrans This includes (3) reagent flowmeters plus (1) water flow meter. Meters shall be installed and mounted on the generator skid 1 Water Booster Pump (factory integrated with generator) Vertical multi -stage centrifugal pump, skid -mounted. Grundfos CRSeries. 1 Motor Control Panel (integrated with generator) - Power supply panel for Water Booster Pump, 480 VAC, three phase. All components installed in a NEMA 4X modified enclosure, UL 508A certified. 1 CIOx and Hypochlorite Analyzer - Optek-Danulat The module is factory Integrated, interfaced and mounted in generator's control panel with a color LCD graphic display with CIO2 and hypochlorite optical sensors mounted in a bypass piping arrangement. This configuration allows for real time In -line monitoring and self -tuning control of the actual chlorine dioxide aqueous solution strength and the sodium hypochlodte solution strength with signal interface to PLC and touch -screen panel. The optical analyzer allows self -tuning to efficiently utilize precursors to maximum C102 eneration and yield. www.evoqua.com Design and fabrication notes: Power cables to be (Thermoplastic High Heat Nylon Coated) THHN No ridged or PVC coated conduit is used. 'cable 5 — T250-Auto Major Components The layout shown in Figure 3 may need to be checked on the back side for clearance. n 1 J i 1( �-ergs WF-tJ024 � VXV ALTO WER PW AY &Wt'- 4* SEA FQR ix SHT. t 2a 8� a �r ZA W S4 JU IA 5f www.evoqua.com Figure 3 — Plan View! South Plant SEE NOTE 7 T_rzvw � v 16"1 SEE Np1'E 6 www.evoqua.com r' TQP VIEW PARnk VIEW SHOWN FOR CURRY Figure 4 — South Plant T250 Auto 1" The City of Lubbock shall be responsible for all civil works, mechanical, electrical, and plumbing at the site, including the following: SOUTH PLANT — 250 ppd Potable Water 20 g m at minimum 30 psi Safety Provide and install a safety shower and eye wash within easy access as shown on plans Dedicated Power Source 480 VAC Three Phase Drain 2" (lock out tag out drain optional for area wash) Sodium Chlorite — 25% 140 gpd max Sodium Hypochlorite —12.5% 115 gpd max Hydrochloric Acid —15% 105 gpd max Table B - South Plant Site Requirements Installation Installation service is included for the South VVTP including generator placement and interconnections into the room as shown in Figure 3. Installation assistance is also included to convert the existing Sulfuric acid system to a Hydrochloric acid system. This activity includes equipment rinsing and testing before commissioning over to HCL. www.evoquaxom Start-up and Training Services Evoqua shall provide a service representative for (5) eight -hour days during the installation / start-up phase of the project dedicated for each plant if needed per bid specifications. One day for each plant shall be dedicated for training on the safe and proper handling of chlorine dioxide, operation of the equipment, and analytical methods to the owner's operations and laboratory personnel. Startup and training are set up for a single visit to each plant. Ongoing Services An Evoqua service technician will visit the site to perform routine maintenance on the generator, optimize chemical dosing, conduct generator efficiency testing and provide a written report. Evoqua will also provide safety training for the plant staff, if requested, and provide emergency technical or mechanical response as described below. On -site routine maintenance service will be scheduled in advance and include, but not be limited to the following: • Provide MgnthlY maintenance and optimization services to the Chlorine Dioxide generators at each plant. Routine Service shall include but not be limited to: t. Review plant logs and operation of Chlorine Dioxide treatment. 2. Check the equipment for leaks or malfunction and make repairs as necessary. 3. Perform analysis of generator efficiencies. 4. Review laboratory by-products reports with management. 5. Perform scheduled preventative maintenance on equipment. 6. Submit a written report outlining services and observations during the routine service visit. • Provide emergency service to the Chlorine Dioxide generators at each plant. 24 hour technical phone response is included in the program. • Provide onsite follow up training sessions per the bid specifications. Included in this section please also find cut sheets and further detailed drawings. L I - www.evaqua.com E P, evoQUA r? WATER TECHNOLOGIES EVOGlUA NSF 61 CERTIFIED GENERATORS - 3 CHEMICAL T-AUTO SERIES MILLENIUM III TM CHLORINE DIOXIDE GENERATOR The Millennium III'- Series self -tuning automatic generators are the next generation in chlorine dioxide technology combining high safety performance with durability, simplicity of use and easy maintenance. The generators are designed. built and certified in compliance to NSF 61. Section 8 standards. The Millennium IiI T-Auto Series generator produces chlorine dioxide in a continuous two stage reaction process under vacuum conditions to generate chlorine dioxide safely and efficiently. In the first stage, molecular chlorine gas is generated in situ as part of the generation process by the reaction of a 12.5% solution of sodium hypochlorite wfth a 15% solution of hydrochloric acid. in the second stage the chlorine gas Is reacted with a 25% sodium chlorite solution to produce chlorine dioxide. The generators are available as a free-standing auto configuration with touch screen controls, integral chlorine dioxide production analyzer and SCADA interface capability the option of an integral chlorine dioxide optical analyzer capability is available. The Millennium iII T Auto generators are available in various capacities utilizing a standard modular design and a small installed footprint Available options include a multi -port CIO, .; batch infection skid, optical real time chlorine dioxide analyzer (0-4000 PPM), SFC / MFC series controller with Depolox® 5 analyzer, Varlsenem flow cell, CIO, and chlorite Ion residual probes, Micro/20000 real time chlorine dioxide residual (0.1.2.0 PPM) analyzer, ORP/pH monitors, and GMS Plus CLO, in -air monitors. Included is a multi -stage water booster pump with motor starter control panel. Key Benefits: Direct fkrw path of motive water and chemical precursors provide forminimal preswrelosses and improved flexiblity. • Infector design improves overall performance. • Rotameters and check valves are designed specifically for their intended uses. • Materials of construction are compatible with chlorine dioxide and chemical precursors. • Similiar compact footprint for larger capacity units. • The safe generation of chlorine dioxide continues to be a primary design consideration. Generation under vacuum is used to mirimbn and coribd the reactions and concentrations, • Efficiency/ yield is maximized by reaction of chemical precursors in their concentrated form. These reaction conditions favor the immediate formation of chlorine dioxide, thereby minimizing by-product formation found in other types of generators. Automatic Control Benefits • State-of-the-art control valves specifically designed for low flow control of sodium chlorite and chlorine gas. • Flow controls Include PID loop for sodium chlorite. • Touch screen interface allows for maximum performance, ease Inset up, parameter changes and troubleshooting. • Real time generator effluent analysis using an in -fine (full flow) chlorine dioxide analyzer allows self -tuning and performance display. Equipment Description Typical Specifications Generator: • The same basic process Is used for all models, from simple manual units to the most complex automatic model. • Simple design reduces operational difficulties. • Standard features for raw material flow measurement and control include: • Wallace & Tiemanz Products' S10k7" rotameters and LVN-2000 product line divested to UGSI auto metering control valves • Magmeter on chlorite flow and water flow. Automatic Controls: • One state-of-the-art process controller performs all functions including generator self -tuning. • Flow pace application (including dosage control), alarm monitoring and more. • Parameters (for generator sizing, flow meter set-up, etc.) are accessible from easy to access and understand touch screen displays. • Significant program changes can be made utilizing removable memory modules that allow for quick changes and updates. • Industrial control valves and flow meters are utilized throughout to Insure continuous trouble -free operation. • Standard features on control components are industry accepted, compatible and include: • Allen-BradlW Products Mictot.ogix'" 1500 with 10" Color Automation Direct Cmore touch screen. • Alternate Control systems are available. Please contact Evoqua for more information Assembly: • All components are securely mounted an a specialty designed stainless steel skid with a smaller footprint that will allow placement in areas previously not considered. • The skid construction is heavy duty, allowing location In operating areas that are subject to severe service conditions. • Each valve and flow meter is secured to the frame to minimize vibration and flow related stresses. Piping runs are designed to insure a simple and safe flow path. • Components requiring maintenance are easily accessible. Chlorine dioxide feed equipment shall be manufactured ; by Evoqua and shall be comprised of a process or chlorine dioxide generation utilizing 25% sodium chlorite solution, 12.5% sodium hypochlorite solution and 15% hydrochloric 3 acid solution from a two stage continuous reaction. The first stage combines the sodium hypochlorite solution with the hydrochloric acid solution under vacuum to produce molecular chlorine in -situ according to the reaction: NaOCI + 2HCI 4 CI=+ NaCl + H30 The subsequent reaction is between the sodium chlorite (� solution and the in -situ produced molecular chlorine under L] vacuum conditions according to the reaction: 2NaC102 + Cl2 4 2002 + 2NaC1 The feed system shall be arranged with equipment to suit plant requirements. The generator shall maintain a minimum yield efficiency of 95% chlorine dioxide from the reaction of sodium chlorite solution and chlorine gas. The yield efficiency shall be based on the above stoichiometric reaction. The reaction of sodium chlorite solution and molecular chlorine shall take place under vacuum without the use of a separate mineral acid feed or the excess chlorine method (adding chlorine In excess of the staichlometric chlorine requirements In order to lower the process pH). Excess chlorine shall be considered as any amount greater than 10% of the stoichiometric chlorine requirement that remains in the generator product stream as unreacted chlorine. Yield shall be defined as the maximum production of chlorine dioxide, compared to the theoretical maximum available, where; % Yield = (CIO/(CIO, + CIO; + (CIO; '67.45/83.45)))'100 The theoretical maximum shall be determined from the feed rates of the chemical reactants. They shalt be confirmed by an Amperometric analysis capable of differentiating between chlorine, chlorine dioxide, chlorite and chlorate Ions. Analysis shall be confirmed by the procedure as described in Standard Methods for the Examination of Water and Wastewater, APHA-AW WAWEF, 20th edition 1998, Amperometric Method II, 4500-C102L evo Q UA 161 Thorn NN hood, Warrendale. PA ISM +1(11166) 926-1114416 (tell -free) #1(M) 6114-7m 0011) www.evoqua.com WATER TECHNOLOGIES Mmiwil, S1ok, Depolos, Micro/2000. Millennium III and Wallace I: Tiemtn are trademarks of ivoqua, Its subsid)atks or of fiRstas fn aome countries. ANenraralley and Mrnkogly are trademarks of Rockwell Automation, Inc. Ail ied"adoe lsmsenfed herein Is belleved reliable and in accordance with atteptad engineering practices. Evogaa makes no warranties astotheeomplelanessotthlslnformation users are responsible for evaluating IndMdua)product aitabllily(or specilk applications. Evoqua assumes no liability whatsoever lot arty ape" Indirect or Consegwntlal damages arising horn the sate, resale or relatpe d its products. 02014Evogwwater tect+nologtesU.0 SudlacltoChange without notice MS-MI1L111TAUTD-Ds-f)914 r E3H 9faG�if;IF;I(�t-r;1 � i � f*fff1111 _ ® 1 ■ i14� ;,;-. �� _.•,gay �m ... rii u�w-u• it .: �� •:: - - ^ O©95%C©000 i L` •�1 L��oi4 ��� •iL�j- LrYw _OW t^ + � arwlT=siwiR�.�rw �ar�.r�n����rar�ar�� i L a a 1 4�(�9F�F,1Hif#lf.�l 3r lam a©©oaooa �■�■■■ ►RB • ■e*i3_Cmiirrirnir � asw� ■ © a e c I `1`1111171 "o Auto Batch or Direct Feed Generators Version 2.1 08 April 2015 • �4 Generator .. Chlorite i Control Hypo or Acid •r . Section 7 C102 PUMP CONTROLS Section 8 ALARMS i ALARM SETUP Generator Shutdown i Generator ai Batch s Generator• • • Generator•a • r i Section SectionI RATIO CONTROL Efficiency Averaging Section 1 OVERVIEW Batch System Overview The chlorine dioxide generation system consists of one water booster pump, one chlorine dioxide generator, one batch or solution tank and several solution feed pumps. The water booster pump supplies water to the generator where chlorine dioxide is created using three chemicals (sodium chlorite, hydrochloric acid and sodium hypochlodte) and inducing the product into water via vacuum created by an eductor. The resulting chlorine dioxide solution is discharged to the batch tank for temporary holding. The solution pumps draw from the batch tank and feed chlorine dioxide solution to various water lines. During normal operation the chlorine dioxide generator will cycle on and off based on the level in the batch tank while the solution pumps feed chlorine dioxide into water lines at various rates depending on water line flow and dosage inputs. If Direct Feed is selected all screens related to batch feed will be hidden Including distribution pump controls. The selection for Batch or Direct Feed is made on the Settings Page 1 screen. Please refer to page 12 in this manual. Feed Water System and Booster Pump The function of the feed water system is to provide a consistent supply of water flow and pressure to the chlorine dioxide generator or more importantly to the eductor that produces the vacuum necessary to draw the precursor chemical into the reaction column. The feed water system includes components that insure safe and reliable operation. For example, two inlet water solenoids are provided, one to control the water flow and one as a safety backup. The inlet water solenoid valve opens and shuts when a start or stop command is received. The safety solenoid is always energized in the open state and shuts on high -high level in the batch tank preventing an overflow of the tank should the inlet water solenoid fail open or leak when shut down. 4 The water booster pump is provided as an integral part of the generator that stops and starts as required by the generator system. When the generator's PLC receives a "Start" signal from the batch tank level control system, the PLC will generate a maintained run command signal to the motor starter panel that houses the booster pump's starter and overloads. The cycling of the run command signal will stop and start the booster pump. Any time the booster pump is operating there is an interlock to stop the pump on an activation of the mechanical high -high level switch in the batch tank to avoid an overflow. The booster pump is provided to raise water pressure and provide sufficient water flow to the eductor. A pressure regulating valve is also included to insure controlled flow conditions with varying incoming water pressure to the booster pump. A downstream pressure gauge is provided for monitoring the operating pressure to the eductor. A magnetic flow meter is provided for an analog signal to the control system for flow monitor and data recording. During normal operation, if the water flow transmitter does not detect water flow, the unit will shut down as a protection against dry operation of the water booster pump. If inadequate water flow is detected and the generator's vacuum eductor is prevented from optimum operation, the unit will shut down. Control Panel Features A control panel system consists of an Allen-Bradley Micro Logix 1400 PLC with Digital and Analog Input and Output modules, with Ethernet port, and an Allen-Bradley Panel View HMI or C-More HMI housed in a chemical resistant FRP enclosure. Communications are provided between the PLC and HMI. A separate motor control panel is also provided to manage incoming power, motor starters, variable frequency drives (VFD's) and other components including step down transformer, circuit breakers, etc. All are designed to support the controlled and efficient production of chlorine dioxide. Indicating lights will be provided on the panel front for "System On" and "Alarm". These indicating lights will be green and red respectively. An "Alarm Reset" button is provided to clear an alarm to allow the system to return to an operating state. If the alarm condition is not cleared when this button is pushed, the generator will stay shut down and the alarm light will remain energized. Each Chlorine Dioxide System control panel will accept the following signals provided by others from the plant: rif 1. Chlorine Dioxide dosage setpoint in ppm (4-20 mA). 2. Chlorine dioxide remote setpoint in PPD (4-20 mA). 3. Remote START signal (digital). The following information and alarms will be provided from each Chlorine Dioxide system control panel to the plant SCADA system: 1. System Auto Indication (NO dry contact) l 2. System ON Indication (NO dry contact) 3. System Alarm Indication (NO dry contact) Human Machine Interface (HMI) 4 �p A PLC based control system with a human machine interface (HMI) terminal is furnished for each i generator unit. Each PLC/HMI system includes controls for the water booster pump, the batching operation, and the chlorine dioxide solution pumps as described here and as indicated on the P&ID`s. The HMI will be a microprocessor based flat panel type, touch -screen color display. The unit will have data entry capabilities and will include a password security function. The unit will be connected to ^ the PLC and will display status, alarm, and 1/0 diagnostic information. The HMi will provide ra hic 9 P screens that will be used by the operators to access all functions and set points necessary for comprehensive control. Graphic screens will be snapshot representations of the equipment and piping and show all devices and equipment that are part of the various control loops. Settings are provided in the HMI (if logged in with proper credentials) to setup the generator and distribution system. Some of the settings will not be available depending on the type of system selected. The following can be modified from the six setting menus: • Generator size in PPD • Type of Generator (2-chemical or 3-chemical) • Sodium Chlorite Concentration • Direct Feed or Batch • C102 Optek installed or not • Discrete feed water switch or analog flow transmitter • Acid and Hypo in PID or slave mode • In -line Hypo analyzer installed or not • Hypo percent concentration in auto or manual • C102 Pump Demand Time-out timer setting in seconds • Reset the Generator statistics • Chlorite Deviation Set Point alarms • Water Flow Alarm Set Points — if analog flow meter has been installed • C102 outlet concentration alarms set points — if C102 Optek has been installed • Fuzzy Logic access and Efficiency alarm setpoints • Timer settings to delay the arming of all process alarms • The ability to bypass all alarms — this should only be done during startup and testing • CI02 set point deviation alarms for each pump in the system • Set the number of pumps in the system • Select if an additional digital input card to monitor empty precursor tanks is installed • Hypo percent concentration alarm setpoints — if Hypo Optek has been installed 9 Main Menu • This is the main menu screen; the screen that will be on the display when the system is Initially turned on. • Navigation to certain screens is not permitted if not logged in. • Alarms menu button allows the user to see which alarms are active, enable/disable alarms and change the timer settings for the alarms listed on that screen. Alarm timers and Enable/Disable will only be visible If selected on System Options Page 5. If not logged in, navigation to the System Options menus will not be possible. • Hypo PID Control and Acid PID Control buttons are replaced with Hypo Slave and Acid Slave when they are in slave mode. Changing to Slave mode is done through Menu - >Ophons->System Options 2. • C102 Output will navigate to the C1O2 outlet pump PID auto/manual control discussed in that section of this document. • Batch, Batch Set Points, Batch Tank, and Batch Calibration buttons are not visible when in Direct Feed mode. Direct feed mode is when the generator does not have a batch tank and distribution pumps. • Ratio Control is not visible if Advanced Efficiency has not been enabled on System Options Page 5. • Analog 10 and PLC 10 Monitor show the status of analog and digital 10 channels in the PLC • System Info, Water Flush and Ratio Control are discussed in detail in later sections. 2 G System Info • The PLC Version will read the value from the PLC and display it • The options shown above will indicate what has been selected in the System Options screens 7 Section 2 ANALOG INPUTS/OUTPUTS - DIGITAL INPUTS/OUTPUTS An; a 1 • When the Analog 10 button Is selected from the Main Menu screen this screen is displayed. • The status of each Analog Input channel for PLC channels 0-3 is shown. Navigation to the other PLC channels is possible from this screen, as well as returning to the MAIN menu. • The minimum and maximum engineering unit value can be entered on this screen with the white input buttons. This will set the 4mA — 20mA scale in the PLC and allow the mA reading to be converted to and Engineering Value that is displayed above. • Analog Input Channels are 'smart, the description changes to match the configuration. j N. Analog Output • The minimum and maximum engineering unit value can be entered on this screen with the white input buttons. This will set the 4mA — 20mA scale in the PLC and allow the mA reading to be converted to and Engineering Value that Is displayed above. The amount of current being sent to the device both In mA and as a percentage is displayed Navigation to other screens is possible using the buttons at the bottom of the screen D Digital 10 Monitor F1 r. [ . 1 • The PLC 10 Monitor button on the main menu screen navigations to this screen. • The state of the Digital 10 channels is displayed on this screen • When the Input or Output is energized the status indicator will turn yellow • When the Input or Output is not energized the status indicator will remain black with grey text • If a channel is not being used, it will be covered with the [SPARE] label • Navigation is possible to the PLC 10 Monitor Analog screen or back to the Main Menu using the buttons at the bottom of the screen. 1 Analog 10 Monitor 10 This screen is for monitoring the Analog 10. No changes can be mace from this screen. The Discrete button at the bottom of the screen navigates to the PLC 10 Monitor Discrete screen. 11 Section 3 SYSTEM OPTIONS: PAGES 1- 6 System Options Page 1 In order to navigate to the Setting screens, the user must be logged in. Select the Options button in the lower left corner of the main MENU. • The Options button navigates to the first System Options screen • This screen is the first of 6 System Options screens used to configure the Generator and select installed devices, etc. • The first page of the System Options screen allows navigation to any of the other System Options screens or back to the Main Menu • A: The Generator size is set on this screen in Pounds per Day (PPD). • A: Select 3-Chemical or 2-Chemical Generator type. The selections made on this screen may cause some buttons on other screens to be hidden • B: Set the NaC102 concentration in this section • C: Select Direct Feed or Batch here. If Direct Feed is selected, all screens related to batch feed will be hidden including distribution pump controls • D: If an Optek device has been installed to monitor the C102 concentration it should be selected as YES here. • E: Select Discrete flow switch (YES) or Analog flow transmitter (NO) System Options Page 2 • A: This is the screen where the control mode for Hypo and Acid is determined. If PID is selected, each of these chemicals will have its own PID control screen. If SLAVE is selected, then the chemicals will be controlled by the generator size and the generator setpoint. • H: If an in -line Hypo analyzer Is installed, it should be selected as YES on this screen • The Hypo Percent concentration section will not be visible 9 2-CHEMICAL Generator Type was selected on the previous screen. • C: If Hypo Concentration Mode is selected as AUTO, the Manual % input will not be visible. The Hypo in Auto means that the generator will make adjustments to the sodium hypochlorite feed per the concentration (%) • D: This button controls the animation colors on certain screens 13 System Options Page 3 • "The data in green are displayed values only and cannot be modified. • The Generator stats can be reset on this screen 9 r. H 14 LJ System Options Page 4 • Please note certain controls are only visible if the appropriate hardware is installed. Selections are made on System Options Page 1 • The data in green are displayed values only and cannot be modified. • A: The Chlorite Set Point Deviation Alarms are multipliers that are applied to the set point to determine the upper and lower alarm flow limits. If the flow exceeds the upper limit or falls below the lower limit it will trigger an alarm. • B: The Water Flow Alarm Set Points are input in this section, only if an analog water flow transmitter has been installed. If the flow goes below the Low -Low SP or the Low SP a Generator Shutdown alarm will be triggered. • C: The C102 Outlet Concentration Alarm Set Points are input in this section, only If a C102 Optek has been Installed. If the concentration exceeds the High limit or falls below the Low limit it will trigger a Warning alarm. If the concentration goes below the Low -Low SP or above the High -High SP a Generator Shutdown alarm will be triggered. 15 System Options Page 5 1M. 45 Z: , I 1M.45 % WAS;; Button navigates to same screens as Alarm Set Up � no—W, An n from main MENU WFOFF -1234 Seca , BMW Buttons disable ALL batch or generator alarms regardless of settings made OFF OFT-- on Alarms Set Up PG I I PG 2 PG 3 PG 4 li;;I;MENU • A: The Fuzzy Logic portion of the control can be accessed from the navigation button [Ratio Control (Fuzzy Logic)] in the upper left comer. Efficiency Low, Low -Low and High Setpoints are input in this section. Advanced efficiency Is Enabled or Disabled in this section. • The Go TO Alarms button takes you directly to the Alarm Setup Screen where individual alarms can be enabled or disabled and the delay timer can be adjusted. • B: The timers in this section delay setting off Generator and Batch alarms until the system has stabilized. The time delay in seconds is entered here. • C: Alarm bypass may be turned on or off from this screen. The alarm bypass over -rides the settings made to individual alarms on the Alarm Set Up screens. The alarm bypass settings should be set to OFF under normal operation. The bypass function Is used primarily during system startup and could cause unsafe operating conditions K not turned OFF. 16 System Options Page b y y r • A: The CL02 Set Point Deviation Alarms are multipliers that are applied to the set point to determine the upper and lower alarm flow limits. If the CI02 flow exceeds the upper limit or falls below the lower limit It will trigger a Warning alarm. • B: The Hypo % Concentration alarm setpoints are only visible if an Optek Hypo is installed. If the Hypo concentration exceeds the High limit or falls below the tow limit it will trigger a Warning alarm. If the concentration goes below the Low -Low SP or above the High -High SP a Generator Shutdown alarm will be triggered. Section 4 BATCH TANK 17 l� Batch (Solution) Tanks The closed -top, flat -bottom fiberglass re -enforced plastic tanks are provided to store the generated chlorine dioxide solution. The tanks include an ultrasonic level sensing system that provides a continuous level output to the chlorine dioxide generator's PLC. The ultrasonic level signal will be used to control the starting and stopping of the chlorine dioxide generator via adjustable set points on the control panel. Adjustable high and low alarm set points will also be provided to aid the operator. A mechanical level float is provided for back up to the ultrasonic system for High -High level indication. When tripped, the generator will alarm and shut down the booster pump (if operating). It will shut the feed water (if open due to booster pump operating) and will shut the water safety solenoid valve to prevent overfilling the tank. If the Low level batch tank setpoint is reached, the generator will automatically start. Batch tank instrumentation includes: 1. Level display of CI02 available represented in gallons and as a percentage full 2. Batch Tank Status 3. The pump(s) selected as active and their corresponding flow rate in GPM Batch Tank FJ (1 • The Batch tank alarm levels are set on this screen. L • The distributor pumps will not run when the tank level is below the Low -Low setpoint • Pump selection is made on this screen. The pump graphic will turn green when it is on and red when it is off • Either pump 'I or pump 2 can be selected, but not both. `- • Off turns both pumps off. Batch Menu Is I ] • Pump will turn green to indicate it is on • Orange bar graph over tank will change with the % fill • Chart displays batch output PV and SP • Process and Generator SP's are displayed numerically in the lower right • Batch Status above the batch tank will display the current Batch Status Batch Tank Calibration I 19 P H • This menu is only available if Batch mode (not Direct Feed) Is selected (� • Option A or Option B applies to all pumps LJ • Option A does not monitor or adjust the C102 concentration • Option B monitors the C102 concentration (j • If Option B and manual are selected, the ppm can be entered through the HMI. If Auto, the Optek will determine the ppm • The average sample period sets the time delay before average take concentration is calculated • The Active CL02 Concentration will display the Optek value N Auto is selected or the HMI entered value if Manual is selected. • The Real Time CL02 concentration displays the real time Optek reading in ppm • The Average CL02 concentration is the Optek average value `1 20 `� Chlorine Dioxide Solution Feed Pumps Control of the solution pumps is provided to automatically start and control their operating speed (C102 flow) using a variable frequency drive (VFD). The generator's PLC will calculate a flow setpoint for the solution pumps based on the raw water flow input, the raw water dosage setpoint (received from the plant or entered on the HMI) and the chlorine dioxide concentration being generated. The PLC will control the solution pump's speed by sending the appropriate 4-20 mA signal to the VFD in order to reach a desired flow rate as measured by the associated magnetic flow meter. The solution pump will start when the dosage and the raw water flow are above zero and there is adequate level in the batch tank. The motor starter panel will house the VFD drives and control components required for operation of the solution pumps. Speed control will be by a 4-20 mA input to the VFD from the PLC. If running, all solution pumps will shut off when a Low -Low level signal is obtained from the batch tank. After a short period, when the Low -Low level signal clears the associated solution pump(s) can re -start if a run state is required. A high discharge pressure switch is provided for each solution pump. An operating pump will shut down on a high discharge pressure signal and the alarm light will illuminate. C102 Pump Setpoint and Dosage • Buttons at bottom of screen for navigation to other settings or back to the Main menu • Setpoint and Dosage can be selected as Local or Remote 21 Section S GENERATOR SET UP AND SETPUINTS Chlorine Dioxide Generator The chlorine dioxide generator includes components that are specifically designed to monitor and control the feed of the three precursor chemicals (sodium chlorite solution, sodium hypochlorite and hydrochloric acid) accurately and consistently. The generator is capable of automatically generating the chlorine dioxide solution concentration ranging from 0.03% to 0.3% (300 to 3,000 mg/Q. it is specifically designed to provide a constant concentration of chlorine dioxide to the batch tank. When a start signal is received or initiated, the input water valve is energized to open and the booster pump is sent a signal to start. At the same time, each of the reagent chemical flow control valves or liquid V-notched (LVN) valves are sent a signal by the PLC. The control valves open and chemical flows are initiated by the vacuum created by water now flowing through the eductor. A PIl3 loop automatically controls each of the reagent flows for a given chlorine dioxide set point. The sodium hypochlorite and hydrochloric acid control valves are set up to be "slaved" to the chlorite flow during initial startup. A second control loop utilizes the signals received from the water flow sensor and chlorine dioxide optical analyzer to bias the sodium hypochlorite and hydrochloric acid feeds to achieve the highest possible efficiency. A reaction column or static mixer is provided and contains mixing elements designed to promote intimate contact of the reacting chemicals. All components are securely attached to a polymer backboard for ease of installation and operation. Hydraulically operated control valves are provided to prevent siphoning of precursor chemicals into the raw water feed point when a generator is shut down. The hydraulic pressure required to open the valves comes from the operation of the system using the eductor supplied water pressure. When the system is shutdown, line pressure goes to near zero and the valves shut. Teflon check valves are installed in each chemical supply line to prevent back flow into the chemical supply systems should a loss of vacuum occur while there is any kind of downstream line pressure. The units are capable of both manual and automatic control. Each generator is capable of automatically filling its corresponding batch tank using the provided level monitoring instrumentation. The PLC will monitor various equipment and tank level status and will shutdown any time a shutdown alarm condition occurs. Controls are provided to prevent inadvertent overflowing a batch tank through a shut down generator due to a failed or leaky water supply isolation valve. If a high -high level is reached in any batch tank, the water supply safety solenoid is shut and an alarm is given to prompt the operator to investigate. 22 Generator Process Overview - 3 Chemical • The number under each flow control valve will show the % open • The chart displays the generator setpoint and process variable PPD as a percentage. • The Generator status is displayed at the bottom of the screen • Navigation buttons are provided at the bottom of the screen. 23 r Generator Setpoints • The Generator Set Point cannot exceed the Generator Size • The Generator Size is adjusted from the Main Menu -> Options-> System Options Page i • In order to access the System Options screen the operator must be logged in 11 24 1] ISection b PRECURSOR H C EMICAL CONTROLS Chlorite PID Control • Sodium Chlorite PID displays the Setpoint (SP), Chlorite flow in mL/min • Process Variable (PV), the Chlorite Flow Transmitter in mUmin • Control Variable (CV), the Chlorite Flow Control Valve • If in Manual mode, the Output can be entered as a percentage to the flow control valve. • Manual mode should be used for maintenance and set up, Auto for normal operation. • If in Auto mode, the PID will control the process. The P, I and D parameters can only be changed if logged in as eng • In Auto, when the SP is lower than the PV the CV adjusts the valve to provide more flow until the target SP has been met. It will then monitor and adjust itself accordingly in order to maintain the flow required to meet the SP. • The Chlorite FIT Span shown at the bottom of the screen is the maximum flow value that corresponds to a 20mA signal at the input card 25 r,i Hypo or Acid PID Control • Functions are the same as the other PID controls • PID control is available If PID mode is selected on System options Page 2 at the top of the screen (? Hypo or Acid Slave IN u • If Hypo Slave or Acid Slave is selected on Setting Page 2, the main Menu button will change from PID to Hypo Slave or Acid Slave • Acid and Hypo Slave screens look the same. • Valve Positions vs. Flow Rates are set here during initial start up. • The Valve position % is entered in the left column. The corresponding hypo setpoint will be calculated when the Slave Table Reset button is pushed on System Options Page 2. This screen Is accessible from the Main Menu - > Options -> System Options Paget. Options can be found in the lower right corner of the Menu screen. 26 Section 7 C102 PUMP CONTROLS • The CLO2 Output button will only be visible 9 the system is in Batch Mode (not Direct Feed). • You must be logged in to change the Automatic PID parameters, but not to change from Auto to Manual • The graph will track the Setpoint (SP), Process Variable (PV) and Control Variable (CV). These values will also be tracked on the bar graphs. • C102 Distribution pump PID displays the Setpoint (SP), the C102 flow in Gallons/min • Process Variable (PV), the C102 Flow Transmitter in Gallons/min • Control Variable (CV), the VFD pump speed expressed as a percentage • If in Manual mode, the Output can be entered as a percentage to the speed command to the pump's VFD. • Manual mode should be used for maintenance and set up, Auto for normal operation. • If in Auto mode, the PID will control the process. • In Auto, when the SP is lower than the PV the CV adjusts the pump's speed to provide more flow until the target SP has been met. It will then monitor and adjust itself accordingly in order to maintain the flow required to meet the SP. • The CLO2 FIT Span is the Maximum range (20 mA) that has been entered on the Analog Input 2 screen in the Eng (20mA) column corresponding to each input • Distributor pumps will not run when Tank Level is below Low -Low Setpoint 27 Section 8 ALARMS AND ALARM SETUP Generator Shutdown Alarms • Low or No Water Flow • Inlet Water Flow Sensor No Signal • Water Booster Pump Motor Fault • No Signal from Water Flow Transmitter • No Signal from Chlorite Flow Transmitter • No Signal from C102 Optek AIT • No Signal from Hypochlodte Optek AIT • Sodium Chlorite SP Deviation — High or Low • No Signal Hydrochloric Acid Flow Meter • No Signal Hypochlorite Flow Control Valve • Low or High Hypochlorite Flow Low or High Acid Flow • Chemical Day Tank Empty • • C102 Pump — No Flow Signal Batch Tank Level — High -High, High, Low • Gas in Air (Optional) • C102 Concentration High -High or Low -Low • No Batch Tank Level Signal • Hypo. Concentration at Critical High -High or Low -Low Level • Low -Low Efficiency Alarm • No Chlorine Vacuum Switch (input Optional) • Optional Alarms for Empty Precursor Chemical Tanks Generator and Batch Warning Alarms • Remote Set Point (PPD) — No Signal — Selected Pump Shutdown • Remote Dosage (ppm) — No Signal — Selected Pump Shutdown • C102 Production Set Point Deviation — High or Low • Process Set Point Exceeds Upper Limit • C102 Solution Pump Discharge Pressure High • C102 Solution Pump Motor Fault— Selected Pump Shutdown • C102 Solution Pump Flow Rate — High or Low — Selected Pump Shutdown • High or Low C102 Concentration Low PLC Battery Efficiency Alarm — Low or High U • Hypo, Concentration Low or High Warning CA FE Generator Shutdown Alarmsi • The ON/CUFF (enable/disable) and Time delay functions will not be visible unless logged in. • Unused alarms can be permanently turned off on these screens if logged in. • Buttons at the bottom of the screen navigate to other screens and the alarm history. • If the alarm is active, it will have a red background and be blinking. If it is inactive it will have a black background Generator Shutdown Alarms 2 29 A M":%lt 1 LOU EFF I C I FNC i` ; go I, CLO;: I'Uml' Z mo l ov 1-fitill HIGH FITIC, NYI'Of CONI;EW1I1,0"I IONLUU/11I6I 0 Section 9 WATER FLUSH A water flush system is provided for control and removal of salts from the reaction column. Controls are provided to automatically flush the generator periodically during operation or upon generator shutdown. Duration of the flush period and its length of flush is operator adjustable on the control panel. • These screens allow the operator to set the timer settings for a flush. The flush function flushes the water flow and chemical distribution lines. • Manual flush valve operation is also available • Startup Flush timer can be set to determine the amount of time the generator is in flush mode • The timers for Periodic Flush determine how long the system is flushing (Duration) and how often the system flushes (Period). • Shutdown flush is not enabled in Batch Mode, only in Direct Feed mode 31 Section 10 RATIO CONTROL - FUZZY LOGIC Ratio Control • This screen is accessed from System Options-> Page 5 -> Ratio Control menu button in the upper left comer. • Advanced Efficiency is also enabled from System Options -> Page 5 top of screen • User must be logged in as eng to access this screen • C102 Optek must be installed for this function • Fuzzy Logic control Philosophy: o Save average efficiency o Adjust correction factor and wait a Was the result positive or negative o If positive, then +1 to the result and continue o If negative, then -1 to the result o if repeatedly negative then adjust the CF (correction factor) in the other direction -- Reverse Direction a Maximum efficiency is achieved when RESULT is 0 i a constant o Average Efficiency must be stable 32 Efficiency Calc Screen • Details regarding efficiency calculations are shown here • Do not adjust the Theoretical System Concentration Efficiency Averaging • The Generator's Average Efficiency vs. time is graphed here 33 4 — List of Exceptions None il I I I I www.ovoqua.com 5 — Qualifications a. Firms Overall History Evoqua Water Technologies is the global leader in helping municipalities and industrial customers protect and improve the world's most fundamental natural resource: water. Evoqua has a more than I 00-year heritage of innovation and industry firsts, market -leading expertise, and unmatched customer service, where It continues to transform water and wastewater. Its cost-effective and reliable treatment systems and services ensure uninterrupted quantity and quality of water, enable regulatory and environmental compliance, increase efficiency through water reuse, and prepare customers for next -generation demands. Evoqua's unparalleled portfolio of proven brands, advanced technologies, mobile and emergency water supply solutions and service helps cites across the world provide and discharge clean water, and enable leisure and commercial industry to maximize productivity and profitability. Some history with the municipal services segment shall be detailed in the following paragraph. Davis Water and Waste Industries, Inc. was founded in 1938 and became an industry leader in the design, manufacture and distribution of products that help to meet the world demand for clean water. USFiller acquired Davis and all its Divisions in 1996, and offers the world's most comprehensive range of technologies, products and services for water treatment, wastewater treatment, filtration and special separations, water management and resource recovery. In 2004 USFilter became part of Siemens, a global provider of power, control and consumer products and services. In 2014 Siemens Water Technologies was acquired by AEA Investors LP and rebranded as Evoqua Water Technologies. The size, strength, and stellar reputation of Davis Process, LISFIfter, Siemens, and Evoqua represent the guarantee to provide thorough service, ethical business practice, effective products, and service after the sale. For more information, please refer to the Evoqua website at www.evoqua.com. Currently, Evoqua provides disinfection services to over 110 municipal and industrial accounts nationwide from seven strategically located service centers. Evoqua employs over 115 engineers, chemists, technicians, transportation personnel and manageriallsupport staff to meet the disinfection needs of our customers. Evoqua provides complete technical support (including data collection, treatment demonstrations, analytical testing, and ongoing service of treatment equipment) in evaluating and treating a water supply. In order to ensure customers are serviced in a timely and professional manner, Evoqua has invested substantially In modem manufacturing and distribution systems that include: k Regional warehousing, production, and distribution facilities to insure quality products and timely deliveries for all customers, B. State of the art production facilities capable of producing all Evoqua generation systems to insure customers receive quality treatment equipment customized for their particular needs. C. A control panel manufacturing facility that has been certified by Underwriters Laboratories to produce "UL Listed" panels, ensuring the highest level of quality and safety for electrical controls associated with Evoqua systems, D. An integrated SAP based equipment/parts inventory that insures Evoqua can supply customers with repair/replacement parts or equipment within hours. Also, Evoqua employs substantial technical resources to evaluate and design/install/service treatment systems that include: WWW,@V*QU8.00rr1 I A. Engineering and Product Development departments comprised of engineers, chemists, service managers and technicians with over 200 years combined water and wastewater experience to insure effective solutions are achieved. B. Analytical Laboratory services available through Evoqua. This facility ensures product quality and supports any product application testing. C. An experienced team of equipment installation and service personnel to ensure each treatment system is installed and operated to Evoqua high standards. D. Experienced engineering and technical sales support to assist in pre -engineering solutions in future system development. Evoqua's disinfection product lines include: Gas Chlorinators are the industry standard set over 100 years ago by Wallace & TiernarM and still Ij continue to disinfect more water than any other single technology or provider. The wide range of standard products and accessories can be confirgured to make complete chlorination systems and are designed for reliability, safety and economy. Analyzers & Controllers provide accurate and reliable measurement and control of water quality parameters. Our industry leading DepoloxG and StranWS brand technologies are designed specifically for disinfection applications which help you optimize treatment objectives, ensure security of disinfection and lower cost of ownership. Chemical Induction & Mixing systems revolutionized the concept of chemical feed systems with its innovative design and versatile chemical feed applications in potable water and wastewater treatment. The Water ChampV system eliminates the necessity of costly carrier/make-up water and conventional rapid mix systems. A unique feature is its ability to provide the mixing intensity required to maximize chemical reaction while using less energy. On -site hypochlorite generation is a popular and growing alternative to commercial hypochlorite and chlorine gas, Our OSECO systems operate by electrolyzing a brine solution producing sodium hypochlorite on -site and on demand, with a life -cycle cost that is significantly lower than purchased hypochlorite. Chlorine dioxide is a powerful oxidant and superior to chlorine as broad spectrum disinfectant, Our DlOX8 and Millennium 1110 generation technologies combine high performance with safety, durability, simplicity and ease of maintenance. Efficiency and yield is maximized by reaction of regulatory approved H chemicals under precise conditions that favor the immediate formation of high purity chlorine dioxide, minimizing by-product formation found In other types of generators. Ultraviolet (UV) gives you options to choose a single BarrierO UV system or a combination of products to meet your requirements. The addition of chemical -free ultraviolet technology to other disinfection processes provides a multi -step approach, ensuring complete inactivation of waterbome pathogens, including protozoa such as Cryptosporidium and Giardia, while reducing the formation of disinfection by-products. Evoqua's Municipal Services has extensive background specifically in supplying the City of Lubbock's chlorine dioxide needs. This background includes chlorine dioxide supply for Lubbock's South Plant from 2012 to 2017 and at the time of this proposal supplying chlorine dioxide services to the North plant from 2016. L www.evaquo.com b. References Please find below a list of selected Evoqua Water Technologies chlorine dioxide customers in the State of Texas. Additional references in TX can be provided upon request. 1. North Texas Municipal Water District Contact: Mr. Buford Green, (Water System Manager) Address: 505 E. Brown St. Wylie, TX 75098 Phone: 972442-5405 Email: greenfttma&ga] Products: Five Millennium III Auto generators, sodium chlorite supply and services. Years Service: Since 2000: 1500 ppd, 2500 ppd and 5000 ppd generators. 2. NTMWD Lake Tawakoni Plant Contact: Same as No. 4 above (Mr. Buford Green) Generators: 2 x Millennium III T-250 ppd Auto generators Chemical: Sodium chlorite supply and PIVI Services. Years Service: 5 years 3. City of Mineral Wells Contact: Lupe Benavidez (Plant Supervisor) Address: 6962 Hwy. 281; South Mineral Wells, TX 76068 Phone: (940) 328-7865 Email: hiIltopwtp(Wyahoo.cgM Products: Millennium III Chlorine Dioxide Generators and sodium chlorite Yrs. Service: Since 2000 4. City of Abilene Contact: Donney Dabney, Program Mgr. —Water Production Address: 4210 East Lake Road; Abilene, TX Hargesheimer Water Treatment Plant, and the Fort Phantom Hill RW Disinfection Facility Phone: (326) 676-6038 Products: I x Millennium III Auto Generator, 750 PPD, flow paced 2 x Millennium III Auto Generators, 500 ppd each, flow paced 1 x Millennium III Manual Generator, 500 ppd Quarterly Maintenance and Generator Optimization Services 25% Sodium chlorite supply off/on from Evoqua over the years Years Service: Since 1999 5. Benbrook Water Authority Contact: Mitchell Richard Address: 1121 Mercedes Street; Benbrook, TX 76126 Phone: (817)6574209Products:l x Millennium III Auto Generator and 1 x Millennium III Products: Manual Generator Sodium chlorite supply and periodic services Years Service: Since 2001 Other Evoqua C102 systems, sodium chlorite supply and service references available on request. www.evoQuo'com c. Organizational Chart MS — Cedar Park TX Branch Structure UOU PUk TX SWACe &Wh 512.259.2334 SW224.2450 Reid Sealce M U" Sales alrectar Gary Srndet - 941 7016 Wfk 0(trner . 3114-62U714 Sarasota FL St Lout! tto Bramh utamoof 1 Ors,c>**w Susimn Duv .uM GnfitM-12"12.9377 G*M MoWn . 113419.4353 A 5S n 7X Hotrl on TX FW41 P10jW PAW*" Dtsmd Sales Manager Jeff wood. 713.208.W JOWY Robinson - 972-4064M ofsTX inTX Read Barnes Techrooans Technical Saes Representawes. J Brad IkPeak • 21 4-250-4 M TanU VlIe9w*z . 958.522.E198 f Y TX Alarm TX ,10m r 0*11 •512.7e9.2517 Trey Rcbetls - 512-779.4889 Ylealn ftd TX evc QUA .w.1ee Ur..r-i rrHwt Q.7 S�iw7Vli AO11t it.lsf.)lf �i:4L ^MXMM1V3a4#1 t Key roles of Cedar Park, TX Service staffing to the Lubbock, TX Project: Justin Griffith, Cedar Park, TX Branch Manager 5 + years of experience in the application of chlorine dioxide in water treatment. Justin is located in Taylor, TX and works from the Cedar Paris, TX branch office. Justin is responsible for the overall project management of all installed equipment and services. The Cedar Park, TX branch will be the primary service warehouse for all maintenance materials. Additional critical service materials will be stored on site at the installations in addition to the routine service materials carried by the field service technicians. Jeffrey Wood, Field Service Manager 29 + years of experience in the application of chlorine dioxide in water treatment. Jeff is located in Austin, TX and works from the Cedar Park, TX branch office. Jeff will lead the installation team and be responsible for the project equipment installation and training. Jeff will also serve as a backup service technician responsible for the routine service to the equipment upon commissioning. www.evoquu.com r James (Brad) McPeak, Field Service Technician 5 + years of experience in the application of chlorine dioxide in water treatment, Brad also has 27 years of municipal water treatment experience and maintains a Class B Surface Water Treatment Operator License valid thru 10/2612019. Brad is located in McKinney, TX and reports to the Cedar Park, TX branch office. Brad will be the primary service technician responsible for the routine service to the equipment upon commissioning. Jeffery Mitchell, Field Service Technician 5 + years of experience in the application of chlorine dioxide in water treatment Jeff is located in Weatherford, TX and reports to the Cedar Park, TX branch office. Jeff will be on the installation team and serve as the backup service technician responsible for the routine service to the equipment upon commissioning. www.evoqua'cam d. Equipment Description Evoqua equipment and electrical / plumbing connections to the equipment Will meet national, state and local codes. The equipment has ANSI / NSF 61 certifications, piping is NSF 61 certified, wettable components are NSF 61 certified. The equipment is built in a UL shop and meats national and local electrical codes. Freese & Nichols, Inc., having City oversight as the City' contractor coordinator on site will further ensure that we meet codes on installation. The City's / Plant electrician will supply required circuit breakers and all electrical connections / electrical wiring to be connected to our equipment at the pad. Freese & Nichols oversees this aspect. www.evoqua.com e. Source of Supply OxyChenh r June 19, 2017 Ms. Jennifer R. Miller V.P. General Manager, Municipal Services Evoqua Water Technologies LLC 2650 Tallevast Road Sarasota, FL 34243 Dear Ms. Miller: Occidental Chemical Corporation would agree to commit sufficient volume of Sodium Chlorite to supply to Evoqua Water Technologies up to 92,000 gallons per year of Sodium Chlorite 25% basis for the period of January 31, 2018 through December 31, 2022, pursuant to the terms and conditions of the existing agreement between our two companies to support the requirements for the City of Lubbock, Texas. This would also be subject to those terms and conditions as negotiated between Occidental Chemical and Evoqua. Occidental Chemical has access to carriers that would have the capacity to make the deliveries of sodium chlorite to the City of Lubbock, Texas location. The Sodium Chlorite supplied to Evoqua Water Technologies will be manufactured at the Occidental Chemical Corporation plant facility in Wichita, Kansas. The parties agree to be bound by the Sodium Chlorite agreement that is currently in force, or subsequently modified between Evoqua Water Technologies LLC and Occidental Chemical Corporation. Sincerely, Roy Yelverton National Account Manager 281-782-7980 NYMI T Occidental Chemical Corporation A subsidiary or occidental Petroleum Corporation Southern Region Safes Office 10077 Grogan's Mill Road, Suite 225 The Woodlands, TX 77380 Phone: 713-552-8800 800-231-2430 Fax: 713-552-8806 Sodium Chlorite_- Aktaklor 25 Dallas -based Occidental Chemical Corporation is a leading North American manufacturer of basic chemicals and performance chemicals directly and through various affiliates (collectively, OxyChem), OxyChem is the largest North American and U.S. producer of sodium chlorite. Manufactured in a modern EPA registered facility in Wichita, Kansas, using US manufactured raw materials and US electrical power, sodium chlorite has a variety of applications in pulp and paper, textiles, electronics, water treatment, food processing and metal finishing, Distribution terminals are also maintained strategically across the USA, OxyChem is also the nation's largest supplier of US manufactured sodium chlorite to service companies such as Evoqua Water Technologies LLC who is the leader In the US and State of Texas market leader with over 60 years of experience in providing chlorine dioxide generation equipment, services (installation 1 start-up/ safety training / analytical & regulatory compliance support / and preventative maintenance services) and EPA registered sodium chlorite to municipal water management markets. OxyChem and Evoqua have had for many years and continue to have a long term joint multi -year strategic contractual marketing / supply / distribution agreement on sodium chlorite for municipal markets, Evoqua is OxyChem's most important partner and channel to market in this sector and also OxyChem's largest sodium chlorite distributor for both the State of Texas and US national municipal markets, Evoqua Water Technologies sources, sells and delivers OxyChem Federal EPA registered 1 State EPA, registered / NSF 60 certified sodium chlorite solutions under OxyChem Federal and State EPA registered labels, Evoqua also owns and operates its own dedicated bulk tank truck fleet with Evoqua employed drivers. Coupled with OxyChem's dedicated tank truck fleet and delivery systems, the combination of Evoqua and OxyChem provides tremendous value in quality, reliability, cost and in timely deliveries of sodium chlorite. Sodium chlorite is available from OxyChem and Evoqua in as a solution (in bulk, totes or drums). The active ingredient sodium chlorite and the aqueous sodium chlorite solutions (25% and 31%) are registered with the U.S. EPA, with State EPA bodies (including Texas TCEQ), meets AWWA B303-10, and is certified by NSF to comply with NSF/ANSI Standard 60 requirements. There are also Kosher certifications on the sodium chlorite active ingredient and all sodium chlorite solutions manufactured and delivered from the Oxychem Wichita, KS facility. Dilution water for the sodium chlorite products is Lit water, The straight line distance from Wichita to Lubbock is .- 380 miles, and driving distance is - 475 miles. As Responsible CareO companies and key members of AWWA and American Chemistry Council's Chlorine Dioxide Industry Panel, OxyChem's and Evoqua's commitment to safety and the environment goes well beyond compliance. Both OxyChem's and Evoqua's Health, Environment and Safety philosophy is a positive motivational force for its employees, partners and customers, and helps create a strong culture for protecting human health and the environment. OxyChem and Evoqua offer a highly effective combination of industry expertise, experience, on line business tools, quality products and exceptional customer and field service. As a member of the Occidental Petroleum Corporation family, OxyChem represents a rich history of experience, top-notch business acumen, and sound, ethical business practices. As well, Evoqua Water Technologies, with over a 100-year history in disinfection and water treatment, excels in all these areas and is the US, North American and global market leader in the water market. www.evoqua,com Texas references also using OxyChem[Evoqua supply: El Paso Water Utilities Public Service Board Contact: Ruben Montes, Plant Operations Supt. Address: 800 Canal Road; El Paso, TX 79901 Phone: 915.594.5402 (Office) Products, Sodium Chlorite Supply & Periodic Services an Evoqua provided generators Years Service: + 5 years Also. Angel Bustamente PE I Water Systems Division Manager 210 N. Lee St. I El Paso, TX 79901 Telephone: 915.594.5401 2. City of Port Arthur WTP Contact: Jeff Wyble, Plant Supt. Address-, 1101 Henry O. Mills Blvd.; Port Arthur, TX 77640 Phone. 409-983-3846 Products: Millennium III Chlorine Dioxide Generators, Sodium Chlorite and Services Years Service: Multiple +5 3. Brownsville Public Utilities Board Contact: Domingo Cortez (Plant #1 Supervisor) Address: 94 W, 131' St. Phone: 956459-6761 E-Mail: dcprtez@brow wille-DQ&2M , - g_ Products: 2 x Millennium III Generators, sodium chlorite supply and services Years Service: Since 1991 (generator upgraded every few years) 4. City of McAllen Contact: Mr. Joe Solis (Plant Manager) Address: 2801 West Expressway 83, McAllen, TX 78505 Phone: 956-681-1770 Email: ice soli s(Mmcallen.ne Products: 7 x Millennium III Generators, sodium chlorite supply and services Years Service: Since 1989 (generators upgraded every few years) 5. Brazosport River Authority Contact: Mr. Ronnie Woodruff (General Manager) Address: 1251 FM 2004, Lake Jackson, TX 77556 Phone: 979-297-2715 Generators: Two Millennium III Flow Paced - Multi Injection Point Generators, Sodium chlorite and services. Email: MpodgMatt.net Years Service: Since 2000 Included in this section please also find affidavit of compliance, specification sheet NSF listing, and SDS, www,vvoqua.com e V OQ Ulf AFFIDAVIT OF COMPLIANCE Evoqua Water Technologies LLC Sodium Chlorite (AKTA KLOR 25), manufactured by OxyChem (Wichita, KS) complies with A.W.W.A. 8303- 05 and B303-10 specifications, including purity levels, chemical requirements, and physical requirements. in addition, the National Sanitation Foundation (NSF) International certifies OxyChem's Sodium Chlorite in potable drinking water. EPA #: 21164-6 Jennifer R. Miller Vice President & General Manager 2050 Tallevast Roast Tel. +1 (88e) 22$-9877 Sarasota, FL 34243 USA Fox +1(941) 359.7901 www'evc nva.com Pace 1 of 1 Sales Specification Sodium Chlorite (NaC102) AktaKlor 25 (25% Active Sodium Chlorite) COMPONENT SPECIFICATIONS Sodium Chlorite, wt% as NaC102 24.25 - 25.75 Sodium Chlorate, wt% as NaCIO� 0.5 max. j Sodium Chloride, wt% as NaCl 3.0 max. Total Alkalinity, wt% as NaOH @ pH4 0.5 max. Hydrogen Peroxide, wt% as H2Oz 0.01 max. Water (by difference), wt% 68 - 76 TYPICAL PROPERTIES t_l Appearance Clear, slightly yellow liquid Turbidity, NTU 10 max Density, lb/gal ® 25°C 10.2 Typical properties are listed for information only, and are not to be considered as specification requirement-. These items are not _ analyzed an a routine basis. Product meeting the specification test items will exhibit the listed typical properties. NSF Listed, ANSI/NSF Standard 60 (Wichita, KS/Fairmont City, IL) Meets requirements of ANSI/AWWA B303-10 EPA Reg. No: 21164-6 CONTAINERS: Tank Trucks (stainless steel) - 3400 gallon Drums - 55 Gallon Plastic Drums, 565 lbs net OCC non -returnable 330 gallon tote with steel box and plastic bottle Customer provided returnable totes Form#.644 0512011 U �� oxY Occidental Chemical Corporation Important: The Womt.tton presented hereb, whip not guarantan, was prepared by technical Personnel and Is true and accurate to the best of our knowledge. NO WARRANTY ♦/ A subsidary Occidental Petroleum Corporation OF MERCHANTA9IUTY OR OF FITNESS FORA PARTICULAR PURPOSE, OR WARRANTY OR GUARANTY OF ANY OTHER KING, EXPRESS OR IMPLIED, IS MADE REGARDING PERFORMANCE, SAFETY, SUITABILITY, STAB UTY OR OTHERWISE. This Information Is Basic Chemicals Group not Intended to be allanclualve as to the manner and conditions of use, handling, storage, Ooddental Tower disposal and other factors that may involve other or additional legal, errvimnmental, sorely 5005 LBJ Freeway or Performance considerations, and OnChrm esaumes no IlatNnty whatsoeverfortins use Dallas. TX 75244 of or reliance upon this Intormation. While our technical personnel wm be happy to I respond to questions, safe handling and use of the product remains the responsINI ty of L- 600-752-5151 the customer. No suggestions for use are intended as, and nothing herein shad be construed as, a recommendation to Infringe any existing patents or to violate any federal. State, total or foreign taws, r Listing Category Search Page j NSF International [(a Page l of 2 The Public Health and Safety Organization NSF Product and Service Listings These NSF Official Listings are current as of Friday, March 17, 2017 at 12:15 a.m. Eastern Time. Please contact NSF International to confirm the status of any Listing, report errors, or make suggestions. Alert: NSF is concerned about fraudulent downloading and manipulation of website text. Always confirm this information by clicking on the below link for the most accurate information: rtifi CompanvName=Occidental&Chemica]Name=Sodium+Chlorite& NSF/ANSI bo Drinking Water Treatment Chemicals - Health. Effects Occidental Chemical Corporation Oxy Tower 50o5 LBJ Freeway Dallas, TX 75244-6119 United States 972-404-3918 Facility:Fairmont i a City, IL Sodium Chlorite[CL] Trade Designation Product Function Max Use - 31% Active Sodium Chlorite Solution Disinfection & Oxidation 22mg/L Akta Klor 15 Disinfection & Oxidation 35mg/L f Akta Klor 25 Disinfection & Oxidation 22mg/L Akta Klor 37 Disinfection & Oxidation 14mg/L - Akta Klor 7.5 Disinfection & Oxidation 87mg/L J Technical Sodium Chlorite Disinfection & Oxidation 7mg/L Technical Sodium Chlorite Solution 18.75 Disinfection & Oxidation 35mg/L Technical Sodium Chlorite Solution 31.25 Disinfection & Oxidation 22mg/L Technical Sodium Chlorite Solution 5o Disinfection & oxidation 14mg/L ["[CL] The residual levels of chlorine (hypochlorite ion and hypochlorous acid), chlorine dioxide, chlorate ion, chloramine and disinfection by-products shall be monitored in the finished drinking water to ensure compliance to all applicable regulations. Aittp://info.iisf or-g/Certifted/PwsCliemicals/Listinp,s.asD?ComaanvName=Occidental&TradeName=&Chemi... 3/17/2017 Listing Category Search Page I NSF International Page 2 of 2 Facility: Wichita, KS Sodium Chloritc[CL] Tirade Designation 31% Active Sodium Chlorite Solution Akta Klor 25 Akta Klor 7.5 Technical Sodium Chlorite Technical Sodium Chlorite Solution 18.75 Technical Sodium Chlorite Solution 31.25 Technical Sodium Chlorite Solution 50 Product Function Disinfection & Oxidation Disinfection & Oxidation Disinfection & Oxidation Disinfection & Oxidation Disinfection & Oxidation Disinfection & Oxidation Disinfection & Oxidation Max Use 22mg/L 22mg/L 87mg/L 7mg/L 35mg/L 22mg/L 14mg/L [CLI The residual levels of chlorine (hypochlorite ion and hypochlorous acid), chlorine dioxide, chlorate ion, chloramine and disinfection by-products shall be monitored in the finished drinking water to ensure compliance to all applicable regulations, NOTE: Only products bearing the NSF Mark are NSF Certified. Number of matching Manufacturers is i Number of matching Products is 16 Processing time was oseconds http://info.nsforg/Certifted/Pw.-,Cheinicals/Li stings. asp?CompanyName--Occidental &TradeName=&Chemi... 3/17/2017 '-J SAFETY DATA SHEET M47030 - ANSI - EN /004%L OXY Occidental Chemical Corporation Nhwo/ A subsidiary of Occidental Petroleum Corporation AKTA KLOR 25 SDS No.: M47030 SDS Revision Date: 12-Jul-2016 SECTION 1. CHEMICAL PRODUCT AND COMPANY IDENTIFICATION Company Identification: Occidental Chemical Corporation 5005 LBJ Freeway P.O. Box 809050 Dallas, TX 75380-9650 1-800-752-5151 24 Hour Emergency Telephone 1-800-733-3665 or 1-972404-3228 (USA); CANUTEC (Canada): 1-613-996-6666; Number: CHEMTREC (within USA and Canada): 1-800-424-9300; CHEMTREC (outside USA and Canada): +1 703-527-3887; CHEMTREC Contract No: CCN16186 To Request an SDS: MSDSQoxy.com or 1-972-404-3245 Customer Service: 1-800-752-5151 or 1-972-404-3700 Product Identifier: AKTA KLOR 25 Trade Name: AKTA KLOR 25 Synonyms: 25% Active Sodium Chlorite Solution, Sodium Chlorite Solution, Chlorous Acid, Sodium Salt, Sodium Chlorite Solution Product Use: AKTA KLOR 25 is a registered antimicrobial pesticide (EPA Registration Number: 21164-6). It has numerous uses in potable water, food plant process water, poultry process water, CIP disinfection, oilfield water, white water paper mill systems, and industrial cooling water Uses Advised Against: This is a pesticide product, do not use it in a pesticide application that is not included on its label Note: Not registered as a pesticide in Canada. 1 of 16 M47030 - ANSI - EN MALTIM01MV SDS No.: M47030 Supersedes Date: 2015-12-January SDS Revision Date: 12-Jul-2016 OSHA REGULATORY STATUS: This material is considered hazardous by the OSHA Hazard Communication Standard (29 CFR 1910.1200). EMERGENCY OVERVIEW: Color: Pale, yellow Appearance: Slightly cloudy Odor; Slight chlorine odor Signal Word: DANGER MAJOR HEALTH HAZARDS: CORROSIVE. CAUSES SEVERE SKIN BURNS AND SERIOUS EYE DAMAGE. TOXIC IF INHALED. HARMFUL IF SWALLOWED, INGESTION MAY CAUSE DAMAGE TO: BLOOD SYSTEM, AND KIDNEY SYSTEM. INHALATION MAY CAUSE DAMAGE TO THE RESPIRATORY SYSTEM. MAY CAUSE DAMAGE TO THE BLOOD AND KIDNEYS THROUGH PROLONGED OR REPEATED EXPOSURES. PHYSICAL HAZARDS: Dried material can ignite upon contact with combustibles. AQUATIC TOXICITY: HARMFUL TO AQUATIC LIFE. PRECAUTIONARY STATEMENTS: Wash hands thoroughly after handling. Wear protective gloves, protective clothing, eye, and face protection. Do not eat, drink or smoke when using this product. Do not breathe mist, vapors, or spray. Use only outdoors or in a well -ventilated area. Avoid release to the environment. Keep container tightly closed. Store in a secure manner, Always package, store, transport and dispose of all waste and contaminated equipment in accordance with all applicable federal, state, and local health and environmental regulations. Do not contaminate with acids, reducing agents, combustible materials, oxidizing materials, hypochlorite, organic solvents and compounds, garbage, dirt, organic matter, household products, chemicals, soap products, paint products, vinegar, beverages, oils, pine oil, dirty rags, sulfur -containing rubber, or any other foreign matter. ADDITIONAL HAZARD INFORMATION: This material is corrosive and an oxidizer when dry. This material's pH and oxidative action contribute to its health and physical hazards. GHS CLASSIFICATION: GHS: CONTACT HAZARD - SKIN: Category 1 B - Causes severe skin bums and eye damage GHS: CONTACT HAZARD - EYE: Category 1 - Causes serious eye damage GHS: ACUTE TOXICITY - INHALATION: Cate o 3 - Toxic if inhaled GHS: ACUTE TOXICITY - ORAL: Category 4 - Harmful if swallowed 2of16 M47034 - ANSI - EN SDS No.: M47034 Superseders Date: 2015-12-January SDS Revision Date: 12-Jul-2016 GHS: TARGET ORGAN TOXICITY (SINGLE Category 2 - May cause damage to Respiratory System, EXPOSURE): Blood, Kidneys GHS: TARGET ORGAN TOXICITY (REPEATED Category 2 - May cause damage to Blood, Kidney through EXPOSURE : rolon ed or repeated a osure HAZARDOUS TO AQUATIC ENVIRONMENT - ACUTE Category 3 - Harmful to aquatic life HAZARD: UNKNOWN ACUTE TOXICITY: This product was tested as a whole. This information only pertains to untested mixtures. GHS SYMBOL: Skull and Crossbones, Corrosive, Health hazards GHS SIGNAL WORD: DANGER GHS HAZARD STATEMENTS: GHS - Health Hazard Statement(s) • Toxic if inhaled • Causes severe skin bums and eye damage • Causes serious eye damage • Harmful if swallowed • May cause damage to organs through prolonged or repeated exposure (Respiratory, Kidney, and Blood Systems) • May cause damage to Renal system (Kidneys), and Blood system through prolonged or repeated exposure GHS - Environmental Hazard Statement(s) • Harmful to aquatic life GHS - Precautionary Statement(s) - Prevention - Do not breathe dust, fume, gas, mist, vapors, or spray • in case of inadequate ventilation, wear respiratory protection • Wear protective gloves, protective clothing, eye, and face protection - Wash thoroughly after handling • Use only outdoors or In a well -ventilated area • Do not eat, drink or smoke when using this product • Avoid release to the environment GHS - Precautionary Statement(s) - Response • IF INHALED: Remove person to fresh air and keep comfortable for breathing • IF IN EYES: Rinse cautiously with water for several minutes, Remove contact lenses, if present and easy to do. Continue rinsing • IF ON SKIN (or hair): Remove/Take off Immediately all contaminated clothing. Rinse SKIN with watedshower • IF SWALLOWED: Call a POISON CENTER or doctoriphysician if you feel unwell • Rinse mouth • Call a POISON CENTER or doctorlphysician if you feel unwell 3of16 M47030 - ANSI - EN SOS No.: M47030 Supersedes Date: 2015-12-January GHS - Precautionary Statement(s) - Storage • Store locked up • Store in a well -ventilated place. Keep container tightly closed SO$ Revision Date: 12-Jul-2016 GHS - Precautionary Statement(s) - Disposal • Dispose of contents and container in accordance with applicable local, regional, national, and/or international regulations Hazards Not Otherwise Classified (HNOC) None identified See Section 11: TOXICOLOGICAL INFORMATION Synonyms: 25% Active Sodium Chlorite Solution, Sodium Chlorite Solution, Chlorous Acid, Sodium Salt, Sodium Chlorite Solution Component Percent r%i CAS Number Water 60 - 85 7732-18-5 Sodium chlorite 15 - 35 7758-19-2 Sodium Chloride 1-5 7647-14-5 • INHALATION: If inhalation of mists, vapors, or spray occurs and adverse effects result, remove to uncontaminated area. Evaluate ABC's (is Airway constricted, is Breathing occurring, and is blood Circulating) and treat symptomatically. Pulse oximetry may not be reliable, see notes to physician. GET MEDICAL ATTENTION IMMEDIATELY. There is no specific antidote, treat symptomatically. SKIN CONTACT: Immediately flush contaminated areas with water. Remove contaminated clothing, jewelry and shoes. Wash contaminated areas with large amounts of water. GET MEDICAL ATTENTION IMMEDIATELY. Thoroughly clean and dry contaminated clothing before reuse. Discard contaminated leather goods. EYE CONTACT: Immediately flush contaminated eyes with a directed stream of water for as long as possible. Remove contact tenses, if present, then continue rinsing, GET MEDICAL ATTENTION IMMEDIATELY. INGESTION: If swallowed, do not induce vomiting. Give large amounts of water. If vomiting occurs spontaneously keep airway clear. Give more water when vomiting stops. Never give anything by mouth to an unconscious or convulsive person. GET MEDICAL ATTENTION IMMEDIATELY. See notes to physician. Most Important Symptoms/Effects (Acute and Delayed): Acute Symotorns/Effects: Listed below. 4of16 } M47030 - ANSI - EN AKTA KLOR 25 SDS No.: M47030 SDS Revision Date: 12-Jul-2016 Supersedes Date: 2015-12-January Inhalation (Breathing): Breathing (Inhalation): Inhalation of airborne material may cause irritation, redness of upper and lower airways, coughing, laryngeal spasm and edema, shortness of breath, bronchlo-constriction, and possible pulmonary edema, Severe and permanent scarring may occur. The pulmonary edema may develop several hours after a severe acute exposure. Skin: Skin Corrosion. Skin exposure to gas or liquid may cause redness, irritation, burning sensation, swelling, blister formation, first, second, or third degree burns. Eye: Serious Eye Damage. Exposure to eyes may cause irritation and burns to the eye lids, conjunctivitis, corneal edema, and corneal bum. Significant and prolonged contact may cause damage to the internal contents of the eye. Ingestion (Swallowing): Ingestion: Exposure by ingestion may cause irritation, nausea, and vomiting. Oxidation may cause significant metabolic issues such as: methemogobinernia, hemolysis, and intravascular coagulation and renal failure, Delayed Symptoms/Effects: - Repeated and prolonged skin contact may cause a dermatitis Interaction with Other Chemicals Which Enhance Toxicity: Mixing with ammonia, acids, detergents, or organic matter will release chlorinated compounds, which are irritating to eyes, lungs, and mucus membranes, Medical Conditions Aggravated by Exposure: May aggravate preexisting conditions such as:. Eye disorders that decrease tear production or have reduced integrity. Skin disorders that compromise the integrity of the skin. Respiratory conditions including asthma and other breathing disorders. Ingestion may induce G6PD deficiency, hemolysis and renal failure. G6PD deficiency, hemoglobinopathies, renal compromise, and conditions causing hypoxia may be aggravated by ingestion of this material. Protection of First-Aiders: Protect yourself by avoiding contact with this material. Avoid contact with skin and eyes. Do not ingest. Use personal protective equipment. Refer to Section 8 for specific personal protective equipment recommendations. At minimum, treating personnel should utilize PPE sufficient for prevention of bloodborne pathogen transmission. Notes to Physician: Treat as a corrosive due to the pH of this material. This is also a strong oxidizer which will react with tissue in the presence of water. For prolonged exposures and significant exposures, consider delayed injury to exposed tissues, There is no specific antidote. Treatment is supportive care. Follow normal parameters for airway, breathing, and circulation. Ingestion of even small amounts of solution should be closely monitored for methemoglobinemia, hemolysis, and glutathione depletion, followed by renal failure. This chemical acts similarly to its related compound chlorate, and produces a drug induced G6PD deficiency. Methylene blue has not been reported as effective. Consult the PubMed Case Report PMID 22996135 for the case description and treatment utilized. Chlorine dioxide vapors are emitted when this product contacts acids or chlorine. If these vapors are Inhaled, monitor patient closely for delayed development of pulmonary edema which may occur up to 48-72 hours post -inhalation. Following ingestion, neutralization and use of activated charcoal is not indicated. Probable mucosal damage may contraindicate the use of gastric lavage. Fire Hazard: Negligible fire hazard. Avoid evaporation to dryness. Dried material can ignite upon contact with combustibles. This product may represent an explosion hazard if it contacts acids, chlorine, or organic materials (Refer to Sections 7 and 10). 5 of 16 M47030 - ANSI - EN SDS No.: M47030 Supersedes Date: 2015-12-January SDS Revision Date: 12-Jul-2016 Extinguishing Media: Use extinguishing agents appropriate for surrounding fire Fire Fighting: Wear NI©SH approved positive -pressure self-contained breathing apparatus. Consider evacuation of personnel located downwind. Keep unnecessary people away, isolate hazard area and deny entry. Move container from fire area if it can be done without risk. Cool containers with water spray until well after the fire is out. Flood with fine water spray. Avoid inhalation of material or combustion by-products. Stay upwind and keep out of low areas. Hazardous Combustion Products: Chlorine, Oxides of sodium Sensitivity to Mechanical Not sensitive. Impact: Sensitivity to Static Discharge: Not sensitive. Lower Flammability Level (air): Not flammable Upper Flammability Level (air): Not flammable Flash point: Not applicable Auto -ignition Temperature: Not applicable Personal Precautions: Isolate hazard area and deny entry. Keep unnecessary and unprotected personnel from entering the area. Avoid contact with skin and eyes. Do not breathe vapors, fumes or mist. Wear appropriate personal protective equipment recommended in Section 8 of the SDS. Methods and Materials for Containment and Cleaning Up: Contain spill. Spilled materials may be absorbed using non-combustible and non -organic commercial absorbents. Dampen and scoop spilled material into clean, dedicated equipment. Every attempt should be made to avoid mixing spilled material with other chemicals or debris when cleaning up. Keep collected material damp and put into drums. Dried material can ignite upon contact with combustibles. Dispose of promptly. Dispose of in accordance with all applicable regulations, Environmental Precautions: This material is harmful to aquatic life, This material is alkaline and may raise the pH of surface waters with low buffering capacity. Keep out of water supplies and sewers. Releases should be reported, if required, to appropriate agencies, See Section 12 for additional ecological information. 6of16 D M47030 - ANSI - EN AKTA KLOR 25 SUS No.: M47030 Supersedes Date: 2015-12-January SDS Revision Date: 12-Jul-2016 Precautions for Safe Handling: Do not taste or swallow. Do not get in eyes, on skin, or on clothing. Avoid breathing vapors or mist when opening container. Avoid creation of vapor or mist, Wash thoroughly after handling. Use clean utensils. Do not add the product to any dispensing device containing residuals of other products. Contamination may start a chemical reaction with generation of heat, liberation of hazardous gases (chlorine dioxide a poisonous, explosive gas), and possible fire and explosion. Do not contaminate with acids, reducing agents, combustible materials, oxidizing materials, hypochlorite, organic solvents and compounds, garbage, dirt, organic matter, household products, chemicals, soap products, paint products, vinegar, beverages, oils, pine oil, dirty rags, sulfur -containing rubber, or any other foreign matter. Dried material can ignite upon contact with combustibles. Safe Storage Conditions: Store and handle in accordance with all current regulations and standards. Store in tightly closed, labeled containers away from combustible materials. Store in a cool, dry area. Store in a well -ventilated area. Store below 2120F (1000C). Avoid exposure to sunlight or ultraviolet light. Keep separated from incompatible substances (see below or Section 10 of the Safety Data Sheet), Incompatibilities/ Materials to Avoid: acids, reducing agents, combustible material, oxidizing agents, hypochlorite, organic solvents and compounds, garbage, dirt, organic materials, household products, chemicals, soap products, paint products, vinegar, beverages, oils, pine oil, dirty rags, sulfur -containing rubber, or any other foreign matter SECTION 8. EXPOSURE CONTROLS I PERSONAL PROTECTION Regulatory Exposure Limit(s): None. This product does not contain any components that have regulatory occupational exposure limits (OEUs). OEL: Occupational Exposure Limit; OSHA: United States Occupational Safety and Health Administration; PEL: Permissible Exposure Limit; TWA: Time Weighted Average; STEL: Short Term Exposure Limit NON -REGULATORY EXPOSURE LIMIT(S): Listed below for the product components that have non -regulatory occupational exposure limits (OEL's). The Non -Regulatory United States Occupational Safety and Health Administration (OSHA) limits, if shown, are the Vacated 1989 PEL's (vacated by 58 FR 35338, June 30, 1993). - The American Conference of Governmental Industrial Hygienists (ACGIH) Is a voluntary organization of professional industrial hygiene personnel in government or educational institutions in the United States. The ACGIH develops and publishes recommended occupational exposure limits each year called Threshold Limit Values (TLVs) for hundreds of chemicals, physical agents, and biological exposure indices. Cot»poneint OXYREL OXY REL 4 OXY REL _...STEtns- Ceiliri Sodium chlorite 1 mg/m3 7758-19-2 15 - 35 ENGINEERING CONTROLS: Use only in well -ventilated areas. Provide local exhaust ventilation where vapors, mist or aerosols may be generated. PERSONAL PROTECTIVE EQUIPMENT: 7of16 M47030 - ANSi - EN AKTA KL OR 25 SDS No.: M47030 Supersedes Date: 2015-12-January SDS Revision Date: 12-Jul-2016 Eye Protection: Wear chemical safety goggles. Where splashing or spraying is possible, use a face -shield in addition to chemical protective goggles. Provide an emergency eye wash fountain and quick drench shower in the immediate work area. Skin and Body Protection: Wear protective clothing to minimize skin contact. Contaminated clothing should be removed and laundered before reuse. Discard contaminated leather goods. Hand Protection: Wear appropriate chemical resistant gloves. Consult a glove supplier for assistance in selecting an appropriate chemical resistant glove. Protective Material Types: Neoprene Respiratory Protection: A NiOSH approved full -face respirator equipped with N95 (dust, fume, mist) cartridges may be permissible when symptoms have been observed that are indicative of overexposure. if chlorine or chlorine dioxide is present, an acid gas cartridge is also required. An approved self-contained breathing apparatus operated in the pressure demand mode or an airline respirator with escape pack is required when an air purifying respirator is not adequate or for spills / emergencies of unknown concentrations. A respiratory protection program that meets 29 CFR 1910.134 must be followed whenever workplace conditions warrant use of a respirator. Appearance: Slightly cloudy Color: Pate, yellow Odor: Slight chlorine odor Odor Threshold [ppm]: No data available. Molecular Weight: 90.45 Molecular Formula: NaCIO2 Boiling Point/Range: No data available Freezing Point/Range: No data available. Melting Palnt/Range: Not applicable to liquids Crystallization Temperature: Textone® XL: 3"C (37.40F); Textone@ L: -8°C (17.66F); TextoneO 20. -8°C (17.6°F); Texton 15: -84C (17.6°F); 31°% Active Sodium Chlorite: 3'C (37.4"F) Vapor Pressure: No data available Vapor Density (aimll): No data available Relative Density/Specific Gravity 1.1 to 1.3 @ 25*C (water-0): Density: 11.1 lbs/gal @ 350C Water Solubility: Soluble pH: >12 e?a 250C Volatility: 59-66 % by volume Evaporation Rate (ether=1): No data available Partition Coefficient No data available (n-octanollwater): Flash point: Not applicable 8of16 M47030 - ANSI - EN AKTA KLOR 25 SDS No.: M47030 SDS Revision Date: 12-Jul-2016 Supersedes Date: 2015-12-January Flammability (solid, gas): Not applicable Lower Flammability Level (air): Not flammable Upper Flammability Level (air): Not flammable Auto -ignition `temperature: Not applicable Viscosity: No data available Reactivity: Not reactive under normal temperatures and pressures. Chemical Stability: Stable at normal temperatures and pressures. Possibility of Hazardous Reactions: Avoid heat, flames, sparks and other sources of ignition. Avoid evaporation to dryness. Dried material can ignite upon contact with combustibles. Avoid contamination with foreign materials. Avoid exposure to sunlight or ultraviolet light. Conditions to Avoid: (e.g., static discharge, shock, or vibration) -. Avoid mechanical shock or impact, if contaminated. Incompatibilities/ Materials to Avoid: acids, reducing agents, combustible material, oxidizing agents, hypochlorite, organic solvents and compounds, garbage, dirt, organic materials, household products, chemicals, soap products, paint products, vinegar, beverages, oils, pine oil, dirty rags, sulfur -containing rubber, or any other foreign matter Hazardous Decomposition Products: Chlorine dioxide is formed on contact with acids, Thermal decomposition products include chlorine and oxides of sodium Hazardous Polymerization: Will not occur. TOXICITY DATA: PRODUCT TOXICITY DATA- AKTA KI OR 74; JLD50 Oral: 1-1350 Dermal: LCSO Inhalation: 389 -1800 mg/kg Rat > 2 gm±g skin -rabbit 0.58 mg/L (4 hr-Rat) COMPONENT TOXICITY DATA: Nntp- ThA rmmnnnAnt tnviritu rrnt= is nnn: dnlerl KV fho I M t dnfmhmea m.srl rnftu rliFfnr f...— #K- --A ... A ♦.,,.7,+ k, A. #- Com onent LD50 Oral: LD50 Dermal: LC60 Inhalation: Sodium chlorite 165 mg/kg (Rat) 107.2 mg/kg (Rabbit) 230 mg/m3 (4 hr - Rat) 7758-19-2 Sodium Chloride 3000 mg/kg (Rat) 10 g/kg (Rabbit) 42 g/m3 (1 hr=Rat) 7647-14-5 9of16 M47030 - ANSI - EN AKTA KLQR 25 5DS No.: M47030 SDS Revision Date: 12-Jul-2016 Supersedes Date: 2015-12-January t!f#tftffEtffetiktR#filRtiR¢ffitftlittEt#Otitlt.fkittRift#RiftiE#trit##ktiittifti#tiV#t#4lEitt#!tI######i##litlEtt#... IEEt toll.##►t#ti POTENTIAL HEALTH EFFECTS: Eye contact: Causes serious eye damage. Eye exposures may cause bums to the eye lids, conjunctivitis, corneal edema, and corneal burn. May cause permanent eye damage including blindness. Significant and prolonged contact may cause damage to the internal contents of eye. Skin contact: Causes severe skin burns. May cause redness, irritation, burning sensation, swelling, blister formation, first, second, or third degree bums. Inhalation: Toxic if inhaled. Inhalation may cause coughing, irritation (possibly severe), redness of upper and lower airways, shortness of breath, chemical bums and possibly pulmonary edema. Pulmonary edema may develop several hours after a severe acute exposure. Ingestion: Harmful if swallowed. ingestion may cause Irritation, nausea, and vomiting. Causes significant metabolic issues through oxidation. May induce methemoglobinemia, hemolysis, and intravascular coagulation and renal failure. SiGNS AND SYMPTOMS OF EXPOSURE: Signs and symptoms of exposure vary, and are dependent on the route of exposure, degree of exposure, and duration of exposure. Inhalation (Breathing): Breathing (Inhalation): Inhalation of airborne material may cause irritation, redness of upper and lower airways, coughing, laryngeal spasm and edema, shortness of breath, bronchio-constriction, and possible pulmonary edema Severe and permanent scarring may occur. The pulmonary edema may develop several hours after a severe acute exposure. Skin: Skin Corrosion. Skin exposure to gas or liquid may cause redness, irritation, burning sensation, swelling, blister formation, first, second, or third degree burns. Eye: Serious Eye Damage. Exposure to eyes may cause irritation and burns to the eye lids, conjunctivitis, corneal edema, and corneal burn. Significant and prolonged contact may cause damage to the internal contents of the eye. Ingestion (Swallowing): ingestion: Exposure by ingestion may cause irritation, nausea, and vomiting. Oxidation may cause significant metabolic issues such as: methemogobinemia, hemolysis, and intravascular coagulation and renal failure. CHRONIC TOXICITY: Sodium chlorite has produced hemolytic anemia in several animal species at concentrations of 100 mgfL or higher. In a subchronic study using rats, hematological alterations included decreased erthrocyte counts, hemoglobin levels, and hemacrit. Methemoglobin levels decreased in females, but increased in mates. There is no evidence of kidney effects in humans; however, in animal studies with sodium chlorite, there is limited evidence of kidney effects. Repeated and prolonged skin contact may result in dermatitis. Interaction with Other Chemicals Which Enhance Toxicity: Mixing with ammonia, acids, detergents, or organic matter will release chlorinated compounds, which are irritating to eyes, lungs, and mucus membranes. 10 of 16 M47030 - ANSI - EN AKTA KLOR 25 SDS No.: M47030 SDS Revision Date: 12-Jul-2016 Supersedes Date: 2015-12-January RMRffrtft/tR#arNr'rrfHrttrrtr#rtrrtflttrtrxtrrtftlrxxrtMfafttrtt#a#R#t#tttr#tttxxrtattwrxxr#arwrt:xaeraxrrraxe#rxMarlfxfNx:tx GHS HEALTH HAZARDS: Listed below. GHS: ACUTE TOXICITY - ORAL: Category 4 - Harmful if swallowed. GHS: ACUTE TOXICITY - Category 3 . Toxic if Inhaled, INHALATION: GHS: CONTACT HAZARD - EYE: Category 1 - Causes serious eye damage GHS: CONTACT HAZARD - Category 1 B - Causes severe skin burns and eye damage. SKIN: SPECIFIC TARGET ORGAN TOXICITY (Single Exposure): Category 2 - Respiratory System, Blood, Renal system (Kidneys) SPECIFIC TARGET ORGAN TOXICITY (Repeated or Prolonged Exposure): Category 2 - Blood, Renal System (Kidneys) MUTAGENIC DATA: Not classed as a mutagen per GHS criteria. Sodium chlorite has tested positive in some studies. The significance of these test results for human health is unclear because the oxidizing effects of the chlorite or salting effects of sodium may significantly affect the ability of the tests to accurately detect mutagens. REPRODUCTIVE TOXICITY: Not classified as a reproductive toxin per GHS criteria. There is limited evidence of mate reproductive effects in animal studies. DEVELOPMENTAL TOXICITY: Not classified as a developmental or reproductive toxin per GHS criteria. Observations in animal studies include decreased serum levels of thyroid hormones in offspring. SECTION 12. ECOLOGICAL INFORMATION ECOTOXICITY DATA: Component Freshwater Invertebrate ToxicitIL Algitg hXicity. Other Toxici : Sodium chlorite - No data available - 0.012 - 0.018 mg1L -No data available - No data available EC50 0.25 - 0.33 mg1L EC50 = 0,026 m tL EC50 Sodium Chloride - LC50, fathead - LC50, water flea - IC50, OECD 209 - IC50, OECD 209 minnow (Pimephales Daphnia magna: Test; activated Test; activated promelas): 10,610 4,571 mg1l sludge, respiration sludge, respiration m 1I I linhibition: > 1,000 inhibition: > 1,000 11 of 16 M47030 - ANSI - EN SDS No.: M47030 Supersedes Date: 2015-12-January SDS Revision Date: 12-Jul-2016 1mg/I IM211 Aquatic Toxicity: LC50 rainbow trout = 290 mg1l as 80% NaC102 (96 hour); bluegill = 265-310 mg/I as 80% NaCIO2 (96 hour); Sheepshead minnow = 62-90 pprn (96 hour) Invertebrate Toxicity: LC50 Daphnia Magna = 0.29 mg/L as 80% NaC102 (48 hour) Other Toxicity: LD50 Mallard duck = 0.49-1.00g/kg as 80% NaC102 (gavage); LD50 Bob White quail = 0.39 - 0.66 g1kg as 80% NaC102 (gavage); Sodium chlorite in the diet of birds was not acutely toxic. Eight -day dietary LC50's in the Mallard duck and Bob White quail were > 5,000 ppm FATE AND TRANSPORT; BIODEGRADATION: This material is inorganic and not subject to biodegradation; however, chlorite ions are reduced by some bacteria under anaerobic conditions. PERSISTENCE: This material will eventually degrade to sodium chloride. BIOCONCENTRATION: This material will not bioaccumulate. Waste from material: Dispose in accordance with all applicable regulations. Do not put product, spilled product, or filled or partially filled containers into the trash or waste compactor. Contact with incompatible materials could cause a reaction and fire. Contact Technical Service to obtain neutralization instructions. Keep out of water supplies and sewers. May be subject to disposal regulations. Container Management: Containers are non -refillable. Do not reuse or refill containers. Offer for recycling if available. Offer for reconditioning if appropriate. Triple rinse or pressure rinse container promptly after emptying. Triple rinse containers 5-gallons or smaller as follows: Empty the remaining contents into application equipment or a mix tank and drain for 10 seconds after the flow begins to drip. Fill the container % full with water and recap. Shake for 10 seconds. Pour rinsate into application equipment or a mix tank or store rinsate for later use or disposal. Drain for 10 seconds after the flow begins to drip. Repeat this procedure two more times. Triple rinse containers larger than 5 gallons as follows: Empty remaining contents into application equipment or a mix tank. Fill the container% full with water. Replace and tighten closures. Tip container on its side and toll it back and forth, ensuring at least one complete revolution, for 30 seconds, Stand the container on its end and tip it back and forth several times. Empty the rinsate into application equipment or a mix tank or store rinsate for later use or disposal. Repeat this procedure two more times. Pressure rinse asfollows: Empty the remaining contents into application equipment or a mix tank and continue to drain for 10 seconds after the flow begins to drip. Hold container upside down over application equipment or mix tank or collect rinsate for later use or disposal. Insert pressure rinsing nozzle in the side of the container, and rinse about 40 PSI for at least 30 seconds. Drain for 10 seconds, after the flow begins to drip, Container rinsate must be disposed of in compliance with applicable regulations. 12 of 16 M47030 - ANSI - EN AKTA KLOR 25 SDS No.: M47030 Supersedes Date: 2015-12-January SECTION 14. TRANSPORT INFORMATION LAND TRANSPORT U.S. DOT 49 CFR 172.101: UN NUMBER: UN1908 PROPER SHIPPING NAME: Chlorite solution HAZARD CLASS/ DIVISION: 8 PACKING GROUP: II LABELING REQUIREMENTS: 8 CANADIAN TRANSPORTATION OF DANGEROUS GOODS: UN NUMBER: UN1908 SHIPPING NAME: Chlorite solution CLASS OR DIVISION: 8 PACKINGIRISK GROUP: 11 LABELING REQUIREMENTS: 8 MARITIME TRANSPORT (IMO I IMDG) Regulated UN NUMBER: <UN1908 PROPER SHIPPING NAME: Chlorite Solution HAZARD CLASS / DIVISION: 8 Packing Group: 11 LABELING REQUIREMENTS: 8 SDS Revision Date: 12-Jul-2016 SECTION 15. REGULATORY INFORMATION U.S. REGULATIONS OSHA REGULATORY STATUS: This material is considered hazardous by the OSHA Hazard Communication Standard (29 CFR 1910.1200) CERCLA SECTIONS 102a/103 HAZARDOUS SUBSTANCES 40 CF 302 : Not regulated, SARA EHS Chemical 40 CFR 355.30 Not regulated EPCRA SECTIONS 3111312 HAZARD CATEGORIES j40 CFR 370.10); Acute Health Hazard 13 of 16 l M47030 - ANSI - EN AKTA KLOR 25 SDS No.: M47030 SDS Revision Date: 12-Jul-2016 Supersedes Date: 2015-12-January Ell EPCRA SECTION 313 (40 CFR 372.65)~ Not regulated OSHA PROCESS SAFETY {PSMu29 CFR 1910.119)i Not regulated FIFRA REGULATIONS: Registered pesticide under 40 CFR 152.10, Federal Insecticide, Fungicide and Rodenticide Act (FIFRA), EPA Reg. No. 21164.6 (Akta Klor 25) FIFRA LABELING REQUIREMENTS: - This chemical is a pesticide product registered by the United States Environmental Protection Agency (EPA) and is subject to certain labeling requirements under federal pesticide law. These requirements differ from the classification criteria and hazard information required for safety data sheets (SDS), and for workplace labels of non -pesticide chemicals. The hazard information required on the pesticide label is reproduced below. The pesticide label also includes other important information, including directions for use. - FIFRA Signal Word - DANGER - Corrosive - Harmful if swallowed - Irritating to nose and throat - This product is toxic to fish and aquatic organisms - Dry sodium chlorite is a strong oxidizing agent. This product becomes a fire or explosive hazard if allowed to dry. - Mix only into water - Contamination may start a chemical reaction with generation of heat, liberation of hazardous gases (chlorine dioxide a poisonous, explosive gas), and possible fire and explosion - Do not contaminate with garbage, dirt, organic matter, household products, chemicals, soap products, paint products, solvents, acids, vinegar, beverages, oils, pine oil, dirty rags, or any other foreign matter NATIONAL INVENTORY STATUS U.S. INVENTORY STATUS: Toxic Substance Control Act (TSCA): All components are listed or exempt U.S. INVENTORY STATUS: Toxic Substance Control Act (TSCA): All components are listed or exempt. TSCA 12(b): This product is not subject to export notification. Canadian Chemical Inventory: All components of this product are listed on either the DSL or the NDSL. Component DSL NDSL Sodium chlorite Listed Not Listed 7758-19-2 Sodium Chloride Listed Not Listed 7647-14-5 CornpenerEtr _ Catifornta r Californla< } al orris ha atts '; FtewJerseyRight NatkJeissy Proposition GS Proposition 66' Proposltton'65 R�ht to Know to Know - Special Health „ car CRT L`lat Male ! CRT Hazardous Hazardous Hazards . ARNiNG reproductive raprcductiva Substance t Est Substance List Substance Ust ", tox , 14 of 16 rJ r M47030 - ANSI - EN AKTA KLOR 26 SDS No.: M47030 Supersedes Date: 2015-12-January SDS Revision Date: 12-Jul-2016 Sodium chlorite Not Listed ----- -- Listed 1689 corrosive; 7768-19-2 reactive - second deoree Sodium Chloride Not Listed — ---- — Not Listed 7647-14.6 f Component Nsw Jersey Pattrisylvanta;Rtghk . Pennsylvania Right Pennsylvania Rl9h Rhode-lsland Right Environmental o Know Hazardous o Know SPecialKnow' ICno Hale ocis r Hazardous Su6stanc� Lisk Hazardous Emrirwunvntal . ub"sfanca Lisld Substance i ist { 3u6s s azard List Sodium chlorite Not Listed Listed Not Listed Not Listed Not Listed 77584 9-2 Sodium Chloride Not Listed 1 Not Listed F Not Listed Not Listed Not Listed 7647-14-5 CANADIAN REGULATIONS - This product has been classified in accordance with the hazard criteria of the Controlled Products Regulations and the SDS contains all the information required by the Controlled Products Regulations ornp nent Canadran Chemical tN SL. HMISICWisWfiations . , Invenfo of Subi�tarlcea Sodium chlorite Listed C,131 B Sodium Chloride Listed Uncontrolled product according to WHMIS classification criteria vvrnrvua r1azara Mass: • 01A Very toxic materials • DI Toxic materials • E Corrosive material SECTION 16. OTHER INFORMATION Prepared by: OxyChem Corporate HESS - Product Stewardship Rev. Date: 12-Jul-2016 Reason for Revision: • Revised GHS Information: SEE SECTION 2 • ECOLOGICAL INFORMATION (SECTION 12) • HMIS and/or NFPA Rating has changed: SEE SECTION 16 IMPORTANT: The information presented herein, while not guaranteed, was prepared by technical personnel and is true and accurate to the best of our knowledge. NO WARRANTY OF MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE, OR WARRANTY OR GUARANTY OF ANY OTHER KIND, EXPRESSED OR IMPLIED, IS MADE REGARDING PERFORMANCE, SAFETY, SUITABILITY, STABILITY OR OTHERWISE. This information is not intended to be ail -inclusive as to the manner and conditions of use, handling, storage, disposal and other factors 16 of 16 M47030 - ANSI - EN SDS No.: M47030 Supersedes Date: 2015-12-January SDS Revision Date: 12-Jul-2016 that may involve other or additional legal, environmental, safety or performance considerations, and OxyChem assumes no liability whatsoever for the use of or reliance upon this information. While our technical personnel will be happy to respond to questions, safe handling and use of the product remains the responsibility of the customer. No suggestions for use are intended as, and nothing herein shall be construed as, a recommendation to infringe any existing patents or to violate any Federal, State, local or foreign laws OSHA Standard 29 CFR 1910.1200 requires that information be provided to employees regarding the hazards of chemicals by means of a hazard communication program including labeling, safety data sheets, training and access to written records. We request that you, and it is your legal duty to, make all information in this Safety Data Sheet available to your employees End of Safety Data Sheet 16 of 16 f. Unscheduled Response Explanation Jeffrey Wood will be the primary contact for Unscheduled Service and Technical Assistance. Jeff Wood can be contacted 24 hrs per day, 7 days per week, at 713-208-6505. Normal on site response time <24 hrs. James (Brad) McPeak and Jeffery Mitchell will be the backup contacts for Unscheduled Service and Technical Assistance between 8 am and 5 pm, Monday thru Friday. Brad can be contacted at 214-250- 4968; Jeff Mitchell can be contacted at 512-789-2517. Normal on site response time <24 hrs. www.evoqua.com Page Intentionally Left Blank it I City of Ubbock Bid RFP 17-13423-TF City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Provos I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. • Jennifer R. Miller Contractor (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: Evoqua water ' echnolocries LLC (Print or Type) CONTRACTOR'S FIRM ADDRESS: 2650 'T'allevast Road Sarasota, FL 34243 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 17-13423-TF - North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package 6l2t2017 3.52 PM = 33 Page Intentionally Left Blank I I I City of Lubbock Bid RFP 17-13423--TF Safety Record Questionnaire The City of Lubbock. City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Flas the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES X NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty -- assessed. Offeror's Initials for 1 61212017152 PM P' 35 Bid RFP 17-13423-TF QUESTION TWO I las the offer -or, or the Firm, corporation, partnership, or institution represented by the offeror. or anyone acting for such final, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations. of any kind or type, within the past five years? Citations include notice of violation. notice of enforcement, suspension/revocations of state or federal licenses. or registrations, fines; assessed. pending criminal complaints. indictments, or convictions, administrative orders, draft orders. final orders. and judicial final judgments. If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission. the following information with respect to each Such conviction: Date of offense or occurrence. location where offense occurred, type of offense-. final disposition of® offense, if any, and penalty assessed. Ot! ESTION THREE Has the offeror, or the firm, corporation. partnership. or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted. within the past ten (10) years. of a criminal offense which resulted in serious bodily injury or death? YES NO x If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock. with its proposal submission, the following information with respect to each Such conviction: Date of offense, location where offense occurred. type of offinise, final disposition of offense. in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT 'I HE STATE 01, TEXAS COUNTY OF LUBBOCK M I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in I'lly statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated. with my full permission, and that any misrepresentat lolls or oullsswris may cause my proposal to be rejected. Signature Env4, -'ranmental Hea-ith Safety 1� SIJSUd�nab—ility ma!lager Title H H M 2 WZ2017 3:52 Pki p, 36 City of Lubbock Bid RFP 17-13423-TF Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A-] 10) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm; you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Evoqua Water Technologies LLC FEDERAL TAX ID or SOCIAL SEC ITY No. 0- Signature of Company Official: Printed name of company official signing above: Jennifer R. Miller Date Signed: 6120/17 6/2/2017 3:52 PM p. 37 I Pate Intentionally Left Blank I I I City of Lubbock Bid RFP 17-13423-TF PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No ... 1. NONE o 0 2. 0 to 4. 0 0 5, c ct 6. e a 7. 13 8. 0 9. ❑ 0 10. 12. 13. a ❑ .. 14. n 15. 16. ca THIS FORM SHALL BE COMPLETED AND RETURNED ALO NG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Evoqua Water Technologies LLC PRINT NAM- P~ COMPANY) �a RFP 17-13423-TF - North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package 612/2017 3 52 PM P 39 E.v_$ Paie Intentionally Left Blank f 11 POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Paae Intentionally Left Blank I 11 t i L FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No NONE 11 0 2. 11 0 3. 0 0 4, 0 0 5. 0 0 6, 0 0 8* 0 0 9. 0 0 0* 0 0 0 0 12. 0 0 13. D 0 14. 0 0 15. 0 0 16. 0 0 SUBMITTED BY: Evoqua Water Technologies LLC (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 17-13423-TF - North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package I Page Intentionally Left Blank H I I I L J. No Text Pate Intentionally Left Blank I I I I Bond No. SUR0039423 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Evoaun Water Technologies, LLC (hereinafter: called the Pxiucipal(s);, as Principals), and Argonaut Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly botund unto the City of Lubbock°(heminiafYer called the Obligee), in the amount of Three A11111on One Hundred Eighty -Four Thonsand Five Hundred Eighty -Eight Dollars And Fifty Cents ($3,1.84,588.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, :administrators, executors, successors and essignns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee; dated, the 121h day of October, 2017, to RFP 17-13423-TF North %Vatex Treatment Plant and South Water, Treatment Plant Chiloriue 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 parthereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work- provided for in said contract, then, this obligation shall be void; otherwise to remain in hill force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253 021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of. said Article to the sauce extent as if it were copied at length herein, IN WITNESS WHEREOF, the said Principal (s) and Surety (s) Dave signed and sealed this insmuneut this 20th day of October 2017. Argonaut Insurance Company Surtety *gy ---7 (T' 1 shua Sanyl , Atto - n-Fact Evogua Water Technologies, LLC (Company Name) By j/h" Sh[T (Printed Na e), (Sipature)(T hIr.'&/or E-IC1d!SLi,c_ (Title) The undersigned suety company represents that it is duly qualified to do buusiness in Texas, and hereby desipates an agent resident in Lubbock- County to whomany requisite notices my be delix erect, and on whoni service of process inaybe had in matters arising out of suchsuretyslup. Jennifer Winters Argonaut Insurance Company C/O Arthur J. Gallagher Risk Management Surety 6102 82nd Street, Building #6 Lubbock, TX 79424 By: i e oshua S far rney-In-Fact t_ Approved as to form: City of Lubbock- t 0 By, AU, �4 �; Ci ttor-ney Note: If signed by an officer of the Surety Company there must be on file a certified extract fi-oin the ley -laws showing. f that this person has authority to sign such obligation. If sued by an Attorney in Fact, we Hoist have copy of power of t attorney for oiu files. 3 e 2 i I-' F Bond No. SUR0039423 STATUTORYPERFORMANCE BOND PURSUANT TO SECTION 22 3.021(a) OF THE TEXAS GOVERNMENT CODE - (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that EVoona'4'i'ater Technologies, LLC (hereinafter_ called; the Priincipal(s), i as Principal(s), and Argonaut Insurance Company (hereinafter called the Surety(s), as Su rety(s), are held and fiimly botind unto the City of Lubbock (hereinaftercalled the l Obligee), in the amount of Three Million One Hundred Eighty --Four Thousand F1ve Hundred Elehty-Elayht Dollars and Fifty Cents W,184,588.50) ;lawfiul money of the United States :for the payment Nyhereof, the said Principal and Surety vied themselves, and their heirs, administrators, 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 121h day of October, 2017, to RFP 17-13423-TF North Water Treatment Plant and South Water Treatment Plant Chlorine ninridi- Prnrtn immf ParkntrP t and said principal under the law is required before commencing the iArork'provided for in said contract to execute a bocci in the amount of said contract which contract is hereby referred to and made a part hereof as filly and to the same extent as if copied at length herein. s NOW', THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform 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 Section 2253.021(a)- of the Texas Government Code, 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 20th day of October 2017, Argonaut Insurance Company. . Surety B3, f tte' shua Sanfo 1 Evoqua Water Technologies, LLC (Company Name) BY=C�CI ru , LJJej- (Printed Na e) ( igvalus�e) I � 11rei-fr)e- laIcI t V1Ce itle) No Text The tmdersigxied surety company represents that it is daily qualified to do bwfiless in Teas, and hereby designates an agent resident in Lubbock,Countyto whom any requisite notices sway be delivered and on whom seivice of process maybe had in inatters arising Out of slick suretyship., *Jennifer Winters C/O Arthur J. Gallagher Risk Management 6102 82nd Street, Building #6 Lubbock, TX 79424 Argonaut Insurance Company Surety *By: r e) ua Sanf d, orney-In-Fact Approved as to Foim City ofPonievy BY City * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-la-virs 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 oiu• files. 2 t_. No Text Argonaut Insurance Company AS-0116241 Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook, Illinois does hereby nominate, constitute and appoint: Smith. Stephani A. Trudeau Their true and lawful agent(s) and attomey(s)-in-fact, each in their separate capacity if more than one is named aboV44,t 441 'xecute, seal and deliver for and on its behalf as surety, and as its act and deed any and all bonds, contracts, agreements of indemnity and othl6 unt erlattmgs in suretyship provided; however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $50,000,000.00 11 This Power of Attorney is granted and is signed and sealed under and by the authority of the follower Retiglutrtlli adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice Presidents Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of fasimt)e signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in,te giver )iower of attorney, to execute in behalf of, and acknowledge as the act and deed of the Argonaut Insurance Company, all bond undertakings and contracts ofsuretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company has caused its 5ffcl s ai to be hereunto affixed and these presents to be signed by its duly authorized officer on the 8th day of May, 2017. �:.�������:,,, Argonaut Insurance Company SEAL * Joshua C. Betz Senior Vice President STATE OF TEXAS COUNTY OF HARRIS SS: On this 8th day of May, 2017 A.D, j before me, j`Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICER C T$ C -ANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed tti theprecedirg instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscrf�red to tie said instrument by the authority and direction of the said corporation, and that Resolution adopted by the Board of r. Directors of said ComRatiyi referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Sea] at the County of Harris, the day and year first above written. ak 11, KATHLEEN M. MEEKS a�•' ' ;�� f %otory Public, State of Taxers h5 Comm- Expires 07-16.2021 ' 4 u, Notary ID 667902-8 (Notary Public) I, the undersigned Officer of the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the _9011- day of __ r `Z .<L Sarah Heineman VP -Underwriting Surety THIS DOCUMENT IS NOT VALID UNLESS THE WORDS ARGO POWER OF ATTORNEY AND THE SERIAL NUMBER IN THE UPPER RIGHT HAND CORNER ARE IN BLUE, AND THE DOCUMENT IS ISSUED ON WATERMARKED PAPER. IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (210) 321 - 8400. 1-- IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: You may call Arch Insurance Group's toll -free telephone number for information or to make a complaint at: 1-866-413-5550 You may also write to Arch Insurance Group at: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Arch Insurance Group first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 00 M L0042 44 04 16 Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Arch Insurance Group para informacion o para someter una queja al: 1-866-413-5550 Usted tambien puede escribir a Arch Insurance Group: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Arch Insurance Group primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. Page 1 of 1 CERTIFICATE OF INSURANCE I Page Intentionally Left Blank I'l I I I I CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company urith respect to the business operations hereinafter described, for the typed of insurance and in accordance u*ith the provisions of the standard policies used by this company. the fiuther hereinafter described. Exceptions to standard Dolicv noted hereon. 11 The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MIUST BE SENT TO THE CITY OF LUBBOCK By: TYPE OF INSLRANCE POLICY NUINIBER EFFECTIVE EFFECTIVE LLNUTS DATE DATE GRAERAT. LLABH= 0 Commercial General lAability General Aggregate $ 0 Claims Made 0 Occurrence Products-ComptOp AGG $ Personal & Adv. Injury $ 0 Owner's & Contractors Protective Each Occurrence $ 0 Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUT OMOTTYE LIABILITY 0 Any Auto 0 All Owned Autos Combined single limit $ Bodily Injury (Per Person) $ 0 Scheduled Autos Bodily Injury (Per Accident) $ 0 Hind Autos Property Damage $ 0 Non -Owned Autos u GARAGE LLABILTTi' El Any Auto Auto Only - Each Accident $ F1 Other than Auto Only. Each Accident $ Aggregate $ 0 BULLDER'SRISK 0 100% of the Total Contract Price $ 0 EVSTALLATTONFLOATER $ EXCESS LIABILITY u Umbrella Form Each Occurrence $ Aggregate $ 0 Other Than Umbrella Form $ WORIMM COMPENSAMNAMD EMPLOYERS' LIABILITY The proprietor/ 0 Included Statutory limits Partners/Executive u Excluded Each Accident $ Officers are: Disease Policy Iamit $ Disease -Each Employee $ DTFIER Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. THE ADDmo.N-AL!SL RED ENDORSEMENT SHALL INCLUDE PRODUCTS AND CONIPLETE OPERATIONS. _s CONTRACTORCHECKLIST A CONTRACTOR SHALL: I (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project- (4) obtain from each person providing services on a project, and provide to the governmental entity (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project. and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other comnission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CON1'TRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS 'INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this constriction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512 305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends dining the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. I Page Intentionally Left Blank 0 if if L L91KI I III Page Intentionally Left Blank Contract 13423 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 12"' day of October, 2017 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, therewito authorized to do so, hereinafter referred to as OWNER, and Evoctua Water Tecluuoloeies, LLC of the City of Sarasota, County of Manatee and the State of Florida hereinafter termed CONTRACTOR. 'V%TFNESSETH: 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 (if any) the CONTRACTOR hereby agrees with OWNER to continence and complete the construction of certain improvements described as follows: RFP 17-13423-TF North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package and all extra work in connection therewith, under the terms as stated in the contnact documents and at his (or their) own proper cost and expense to fiunish all materials, supplies, machinery, equipment, tools, superintendence, Iabor, 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. Evoqua Water Technologies, LLC's proposal dated June 20, 2017, is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the (late written notice to do so shall have been given to hin and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current fluids 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 WTINESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day fast above written. CONTRACTOR: Evoqua Water Technologies, LLC By.A41� —36� PR]NtED N_ • Gary Sn der TITLE: Director Field Service COMPLETE ADDRESS: Evoqua Water Technologies, LLC 2650 Tallevast Road Sarasota, FL 34243 ATTEST: See Attached Officer's Certificate Corporate Secretary CITY O LUBBO , T XAS R): By: Daniel M. Pope, Mayor ATTEST: Re a. Garza, City Secretary APPROVED AS TO CONTENT: P.WChief Water Utilities Engineer L. V4fodd Fraklin, P.E. Director of Public Works APPROVED AWrO FORM: I (&I numt lli Leisure, Assistant City Attorney ,,,� m .��P .�.. �.__ WATER TECHNOLOGIES EVOQUA WATER TECHNOLOGIES LLC OFFICER'S CERTIFICATE I, Karissa Varner, Assistant Secretary of Evoqua Water Technologies LLC, a Delaware limited liability company (the "Company"), do hereby certify on behalf of the Company that Gary Snyder is the Director Field Service of the WT Municipal Services Sub -segment of the Company, and that in such capacity, Mr. Snyder has been delegated full power and authority to execute and deliver the Company's bid and all related ancillary agreements in connection with the supply of a north water treatment plant and south water treatment plant chlorine dioxide procurement package to the City of Lubbock, Texas. IN WITNESS WHEREOF, the undersigned has executed this Certificate on the 201 day of October, 2017. 4 V1 I K 'ssa Varner Assistant Secretary CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 r, CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY � This questionnaire reflects changes made to law by H.B. 23, 840i Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7' business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://wtvNx.T.ci.luibbock.tx.iis/departinentalwebsites/ departments/purchasing/vendor-infoiination CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Goverrunent Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contact for which the form was filed binds all parties to the contract. This will complete the ford for the contact with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. k Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: httj2s://www.ethics.state.tx.us/whatsnew/elf info form1295.1itm GENERAL CONDITIONS OF THE AGREEMENT Pau Intentionally Left Blank 11 I I I I GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Parry, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 1 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Evogua Water Technologies, LLC, who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative, John Turnin, P.E, Chief Water Utilities Engineer, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 0 10. 11 12 CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, fiu-nish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The work must be operation and ready for the Owner's continuous use as intended. All initial training for the Owner's personnel required by the specifications by the Contractor and subcontractors and suppliers shall have been completed. All final operation and maintenance manuals shall have been submitted and given a disposition of "no exceptions noted." All process control shall be installed and operational or temporary arrangements satisfactory to the Owner shall have been made. Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be fiunished whenever Owner's Representative (as distinguished from Resident Project Representative's)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION t_ It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials fiuuished and the work done under this Agreement, and to see that said material is Ru-nished and said work is done in accordance with the specifications therefore. The Contractor shall finnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by carefid examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work tinder the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required sunder this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall fin- nish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of strictures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such stricture shall at all times be maintained in a manner satisfactory to the Owner's Representative. 1 of • �I Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. rl 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination [ at Contractors expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to firnish I Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to } perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. I" If any such work which is required to be inspected, tested, or approved is covered up without written approval or (' consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor furless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized tinder the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided tinder Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already fiunished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. a� W411 wep aC1 The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work tinder the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for perforrning said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump stun; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the fu'm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, tucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the constriction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (_i') calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS• 1' 1 If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required raider this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Constriction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harruless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or umliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, fiom an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contactor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specked. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contact, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contact execution. 0 C W Is N PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANTCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND ENGINEER (ALAN PLUMMER ASSOCIATES, INC.) AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR, COPIES OF THE ENDORSEMENTS ARE REQUIRED. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of 51,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Pollution Liability Insurance The contractor shall have Pollution Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than. Bodily Irjuuy/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED Umbrella Liability Insurance - NOT REQUIRED Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least 51,000,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. I I I Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor , Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with J =.i the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends dining the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 9 t (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects ' the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. 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 bonne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal 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) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate . of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends dining the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission riles. This notice must be printed with a title in at least 30-point bold type and text in at least 19-paint normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working oil this site or providing services related to L this construction project must be covered by workers' compensation insurance. Tins includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 ( vww.tdLstate.tY_us) to receive information of the legal regnirements for (h) coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. n 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee �- compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and fin nishets of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall fiu-nish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT R*4VENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof,, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a. particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such valiance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. c _v 33 34. 35 SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor farther agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of - work to be done hereunder are essential conditions of this contract, and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner I J may withhold permanently from Contractor's total compensation, the stun of S25 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of constriction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will stark the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God F or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause dining the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be fiunished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be firri ished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat fi-om these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials finuished on the project, provided that the over nun or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. ,1 .. Lem 0. e. EJ In consideration of the finnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in fiill conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. 42 43. 44 PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. PARTIAL PAYMENTS No partial payment for installation of the equipment will be made. Payment shall be as indicated in Special Conditions, Paragraph SC-4. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said 1_ partial payment is attributable. Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the amount due Contractor under the terms of this agreement as indicated in Special Conditions, Paragraph SC-4. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforuing to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right raider this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is fiuther agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification fiom the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the ,,• Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work; where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after sei vice of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the stun which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the teams of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be tinned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cuunulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in t 49 50. 51. 52. 53 54. 55 this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. The Contractor is required to firnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so fi ruished. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from umusual obstructions or difficulties, naturally occurring, mamnade or otherwise, which may be encountered in the prosecution of the work, shall be sustained and boine by the Contractor at his own cost and expense. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with fall, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. HAZARDOUS SUBSTANCES AND ASBESTOS 56. 57. 58. Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any parry, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the constriction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. All fields for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time fluids are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. At any time dining the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City fi-om any payments due Contractor. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted light to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassifred (Texas Government Code Section 2155.001). 60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of per tuy. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Forms 1295 are available at: http://www.ci.lubbock.tx.us/departmental-websites/departments/,yurrchasinei'vendor-information Page Intentionally Left Blank I I I I DAVIS-BACON WAGE DETERNIINATIONS Page Intentionally Left Blank v EXHIBIT A �T General Decision Ntunber: TX170007 01/06/2017 FORM BUILDER/FORM SETTER �. TX7 Paving & Curb ............... $ 12.36 Structures .................. $ 13.52 Superseded General Decision Number: TX20160007 State: Texas rz Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Mon, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis - Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per F hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO i is available at wx"v.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 * SLTTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 Asphalt Raker ............... $ 12.28 Flagger.....................$ 9.30 Laborer, Common ............. $ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Seivicer.................... $ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................ $ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ........................ $ 13.46 Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less ........................ $ 12.28 Loader/Backhoe.............. $ 14.18 Mechanic .................... $ 20.14 Milling Machine ............. $ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclairmer/Pulverizer........ $ 12.85 Roller, Asphalt ............. $ 10.95 Roller, Other ............... $ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer ......................... $ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 •i�� u_ 10 Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO)13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor roust provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be penmitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at Nvmv.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a stnvey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SUL' A2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average �e rate. OH indicates the state. The next munber, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates tinder that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis - Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C 0 Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS Page Intentionally Left Blank I CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LUBBOCK NORTH AND SOUTH WATER TREATMENT PLANTS CHLORINE DIOXIDE PROCUREMENT PACKAGE TABLE OF CONTENTS DIVISION 0: BIDDING AND CONTRACT REQUIREMENTS 00800 Special Conditions', DIVISION 1: GENERAL REQUIREMENTS �rr#�`retreer######:.te.r♦#rlra�. E i.. 14AYLORetss#e.rar#•..#::. 01100 Summary �#.#�s*ecr#s# i 272 ' 01200 Project Administration 01420 !� `'•*••••••' gii� 1 A1. References DIVISION 5: METALS 05501 Anchor Bolts, Expansion Anchors and Concrete Inserts DIVISION 11: EQUIPMENT 11302 Chlorine Dioxide Generator (Three Chemical System) APPENDICIES Appendix A — North Water Treatment Plant Reference Drawings Appendix B — South Water Treatment Plant Reference Drawings -1- JUNE 2017 CONTENTS F:iprojects10425\025-0112-0 Wrk Prodi2-3 SPECS100001 Table of Contents.docx 0425-025-01 SECTION 00800 SPECIAL CONDITIONS j__� jI • PART 1 - GENERAL 1.1 SCOPE A. These Special Conditions amend or supplement the General Conditions of the Agreement and other provisions of the Contract Documents as indicated herein. The provisions contained in these Special Conditions supersede and govern over any similar provisions contained in the General Conditions of the Agreement and other sections of the Contract Documents. B. All provisions which are not so amended or supplemented remain in full force and effect. 1.2 SC-1. DEFINITIONS A. The following definitions are applicable throughout the Contract Documents: 1. OWNER — The City of Lubbock, Texas. The work "Owner" shall be synonymous with the words "City" and "Buyer". 2. OFFEROR — The person or party furnishing the goods and services under this solicitation. The work "Offeror" shall be synonymous with the words "Supplier", "Bidder", "Equipment Manufacturer", and "CONTRACTOR". 3. ENGINEER — Alan Plummer Associates, Inc., including its respective officers, directors, employees, and agents, acting within the scope of duties contained in the Agreement between Owner and Engineer. The performance of Engineer's duties is intended to be for the sole and exclusive benefit of Owner. 4. OFFER — The bid or proposal submitted on the prescribed form setting for the prices for the goods and services to be provided. The work "Offer" shall be synonymous with the words "Bid" and "Proposal". 1.3 SC-2. TIME AND ORDER FOR COMPLETION A. Delivery and installation of the chlorine dioxide feed equipment shall be substantially completed to the point that chlorine dioxide can continuously be fed to the North Water Treatment Plant by January 31, 2018 and South Water Treatment by February 28, 2018. B. The term of the Agreement for equipment rental, long-term operation and maintenance services, and for supplying sodium chlorite shall be for a period of five (5) years, beginning at the date when final completion of the equipment installation is established at each water treatment plant, by OWNER's REPRESENTATIVE. The OWNER reserves the right to extend the term of the Agreement by one (1) year up to two (2) times if each extension is agreed to in writing by the OWNER and OFFEROR. The first extension may be executed, once agreed to in writing, after the completion of the initial five (5) year term. The second extension may be executed, once agreed to in writing, after the completion of the first extension. 1.4 SC-3. TECHICAL INFORMATION SUBMITTAL A. A Technical Information Submittal shall be prepared and be in sufficient detail so that the OWNER can ascertain the Offeror's ability to comply with the Proposal Documents. Four (4) hard copies and one (1) copy of the electronic files on CD of the Technical Information Submittal shall be submitted with the Proposal. Offeror shall submit the following documents _ and data with its Proposal: 1. Process Flow Diagrams (PFD). Process Flow Diagram shall show all major flow streams and operating pressures. Provide additional information necessary to completely illustrate the process. 2. Process Description. Provide a written description of the process including all ancillary systems. 3. Equipment List. Provide a detailed list of all equipment, valves, instrumentation devices, and appurtenances being provided. Provide catalog data for all major components indicating capacities, material selections, and optional features or optional equipment to be provided. JUNE 2017 00800 - Page 1 of 4 SPECIAL F_VmiedsW25XD25-oA2-oWrit Prodl2-3SPECSM800 Speaat Cond�Aons-vldocxNDITfONS donc 0425-025-01 4. List of Exceptions. A detailed list of any exceptions, functional differences, or discrepancies between the system proposed and the contract requirements or a statement that three are none. It should be noted that any exceptions may be justification by OWNER for rejection of Proposal. 5. Qualifications. Offeror shall submit the qualifications of the firm to supply and install the equipment, to provide the long-term performance support and operations assistance, provide system maintenance services, and to deliver sodium chlorite in a timely manner. As a minimum, include the following: a. Describe the firm's overall history and experience with providing, installing, and maintaining the type of equipment proposed in municipal drinking water treatment plants. b. Provide references with contact names and telephone numbers for a minimum of five drinking water projects covering providing, installing, and maintaining the type of equipment proposed, with particular emphasis given to projects in the vicinity of Lubbock, Texas. c. Submit an organization chart with resumes of all personnel who will be involved in directing the installation, start-up, training, and maintenance of the equipment and all personnel who will be onsite to start-up the equipment, train OWNER personnel, provide long-term performance support and operations assistance, and provide long- term maintenance services. For individuals proposed to provide long-term performance support and operations assistance and provide long-term maintenance services, indicate their experience with the equipment proposed, the location of those individuals base of operation, and the geographical area they normally cover. Indicate whether each person will be the primary contact for these services or if they will serve as a backup. d. Describe the equipment, including the chlorine dioxide generation equipment, booster pumps, electrical power supply, controls, and piping and how the firm will meet local codes during installation. e. Describe the source of supply for the sodium chlorite to be delivered to the site. Provide references with contact names and telephone numbers for a minimum of five locations in the general vicinity of Lubbock, Texas where sodium chlorite is delivered on a regular basis. f. Provide an explanation of how the firm intends to respond to the need for unscheduled service calls. Describe phone assistance that will be provided and anticipated response time for making unscheduled site visits to correct problems that have occurred with the equipment. 1.5 SC-4. PAYMENT A. The Contract Price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment, supplies, and appurtenances; providing all construction plant, equipment, and tools; performing all necessary labor, supervision and materials to fully complete the Work; performing long-term operation and maintenance services; and providing chemical to the site shall be included in the unit prices proposed. All Work not specifically set forth as a pay item in the Proposal Submittal Form shall be considered a subsidiary obligation of Offeror and all costs in connection therewith shall be included in the prices proposed. 1. Equipment Rental. The Equipment Rental cost is the monthly cost to rent the chlorine dioxide feed system for the term of the Agreement beginning on the date when final completion is established by OWNER's REPRESENTATIVE. Offeror will be paid as part of the sodium chlorite delivery. 2. Service Cost. The Service Cost is the monthly cost to provide the specified long-term Operation and Maintenance Services for the term of the Agreement beginning on the date when final completion is established by OWNER's REPRESENTATIVE. Offeror will be paid as part of the sodium chlorite delivery. 3. Sodium Chlorite Delivery. The price per pound is the cost to deliver bulk truck load quantities of sodium chlorite to the City of Lubbock North and South Water Treatment Plant sites. The price shall apply for a minimum of one (1) year and may be adjusted upward or downward no more than annually as described below. Anticipated approximate deliveries shall be 45,000 pound bulk truck loads. Offeror will be paid upon receipt of an acceptable invoice after each delivery is completed. The price of delivered chemical shall also include JUNE 2017 00800 - Page 2 of 4 SPECIAL CONDITIONS F_VmjedsM2WQ5-01" Wrk Prod12-3 SPECS10 M Special Conch ims-Q docx 0425-025-01 _-z costs of the equipment rental, installation services, and operation and maintenance services. B. OWNER reserves the right to discontinue the equipment rental (sodium chlorite delivery) at any time after a minimum term of five (5) years with 90 days written notice, at which time offeror shall remove the equipment within 5 days of the date established by the OWNER for removal. The OWNER reserves the right to extend the term by one (1) year up to two (2) times if each extension is agreed to in writing by the OWNER and OFFEROR. The first extension may be executed, once agreed to in writing, after the completion of the initial five (5) year term. The second extension may be executed, once agreed to in writing, after the completion of the first extension. C. Offeror will be permitted to renegotiate the cost for Sodium Chlorite Delivery on each yearly anniversary of the date when final completion is established by OWNER's REPRESENTATIVE. Any revised price shall be agreed to by OWNER in writing before it will take effect. The increase or decrease in sodium chlorite delivery cost shall not exceed the change in the Consumer Price Index (CPI) — All Urban Consumers (US City Average) or other appropriate index as agreed to by the City. The base point for the CPI escalation calculation will be the latest CPI index published after final completion is established by OWNER's REPRESENTATIVE. The comparison point for the CPI escalation calculation will be the latest CPI index published one month before the adjusted price will take effect. 1.6 SC-5. BASIS OF PROPOSALS AND SELECTION CRITERIA A. Add the following to the BASIS OF PROPOSALS AND SELECTION CRITERIA Article of the General Instructions to Offerors: 1. Award of contract will be based on the results of a comparative process including the chemical cost (sodium chlorite delivery that includes equipment rental, installation, maintenance and service), the non -financial factors identified herein, and OFFEROR's safety record. The objective of the evaluation and selection process is to determine which Proposal provides the best overall value to the OWNER while meeting the performance requirements outlined in the Technical Specifications. The evaluation process will consider a variety of criteria, including, but not limited to the factors described in Table 1. TABLE 1 AWARD CRITERIA Item No. Description T Evaluation Criteria FINANCIAL FACTORS 1. North Water Treatment Plant Sodium Cost based on an annual production of 132,800 Chlorite Delivery pounds of chlorine dioxide over the 5-year term of the Agreement (664,000 pounds of chlorine dioxide for the entire term) at the North Water Treatment Plant. 2. South Water Treatment Plant Sodium Cost based on an annual production of 31,550 Chlorite Delivery pounds of chlorine dioxide over the 5-year term of the Agreement (157,750 pounds of chlorine dioxide for the entire term) at the South Water Treatment Plant. Summary of Financial Factors Weighting Factor = 60% 3. Experience Offeror's experience in providing installing, and maintaining the type of chlorine dioxide feed equipment proposed for this project.in drinking water treatment plants. 4. Qualifications Qualifications and experience of Offeror's personnel who will be installing, starting -up, and maintaining the equipment; training OWNER's personnel; and providing long-term performance support, operations assistance, and maintenance services. JUNE 2017 00800 - Page 3 of 4 P_Vrojeds104251o25-0112-0 wrk Prod12-3 SPECS=800 SPECIAL CONDITIONS _.- Specie Conditions-v2.docx 0425-025-01 5. Responsiveness Location of Offeror's personnel and history of responding to requests for unscheduled service calls. 6. Compliance/Flexibility Does the design submitted meet the intent of the Technical Specifications? 7. List of Exceptions Do the exceptions taken by the Offeror indicate that project requirements will be comprised? Summary of Non -Financial Factors — Weighting Factor = 35% Sum of 2 through 10 8. Safety Record Does the Safety Record Questionnaire indicate Offeror maintains a safe working environment? Summary of Safety Record Factors I Weighting Factor = 5% 2. The selection criteria used to evaluate each proposal includes the following: a. 60% Financial Factors: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for the proposals. The lowest proposal price of all the proposals becomes the standard by which all price IA proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the t price factor for the price score. For example: (Lowest Price/Current Proposal Price) x t Maximum Point Value x Weighting Factor = Financial Factors Score. b. 35% Non -Financial Factors: This criterion is subjectively evaluated based on, but not limited to the factors described in Table 1 and the formula is as follows: (Points x i Weighting Factor — Non -Financial Factors Score) with the maximum point value available equal to the maximum point value for financial factors. c. 5% Safety Record Questionnaire: This criterion is also more subjectively evaluated and the formula is as follows: (Points x Weighting Factor = Safety Record Factors Score) with a maximum safety record score of five points allowable. Each evaluator assigns points based upon the responses provided in the "Safety Record Questionnaire" and the Offeror's Experience Modification Ratio. The Offeror must submit this ratio with his bid. Offerors with an Experience Modification Ratio greater than 1 will receive zero points for the Safety Record Questionnaire. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental. Mechanical, operational, supervision or any other cause of factor under the Offeror's control. Evaluators base their rating primarily upon how well previous offenses are documented with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION JUNE 2017 00800 - Page 4 of 4 SPECIAL CONDITIONS F.Wojects104251025-0112-0 Wrk Prait2-3 SIECS=800 Spedal Cxdfiorr_v2dooc _ SECTION 01100 0425-025-01 SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. f P4016--ii1iTilTl A. This Section includes the following: 1. Project Identification and Contact Information. 2. Scope of Work. 3. Type of the Contract. 4. Work phases. 5. Work under other contracts. 6. Limits of subcontractor participation. 7. Products ordered in advance. 8. OWNER-fumished products. 9. Use of premises. 10. OWNER's occupancy requirements. 11. Work restrictions. 12. Special Formats and Conventions. 13. Permits. 14. Other professional services. 1.3 PROJECT IDENTIFICATION AND CONTACT INFORMATION A. Project Identification: North Water Treatment Plant and South Water Treatment Plant Chlorine Dioxide Procurement Package 1. Project Location: a. North Water Treatment Plant: 6001 North Guava, Lubbock, TX 76403. b. South Water Treatment Plant: 5114 Farm to Market 1585, Slaton, TX 79364 B. OWNER: City of Lubbock, 1625 13t' Street, Lubbock, TX 79401. 1. OWNER'S Representative: John Turpin, PE, Chief Water Utilities Engineer. C. ENGINEER: Alan Plummer Associates, Inc., 1320 South University Drive, Suite 300, Fort Worth, Texas 76107. 1. ENGINEER's Representative: James Naylor, PE, Senior Project Manager D. CONSTRUCTION REPRESENTATIVE: Freese & Nichols, Inc., 2732 82`d Street, Suite A, Lubbock, Texas 79423. 1. Construction Manager's Representative: Brian Beach, PE 1.4 SCOPE OF WORK A. North Water Treatment Plant: The EQUIPMENT MANUFACTURER shall supply and install the chlorine dioxide generation system, associated equipment, supply sodium chlorite (25% wt/wt), and provide start-up, training, field-testing, operation, maintenance, and related services for the chlorine dioxide generation system as specified herein. EQUIPMENT MANUFACTURER shall refer to the specific specification sections included in the Contract Documents for details on the limits of his scope. B. South Water Treatment Plant: The EQUIPMENT MANUFACTURER shall assist the OWNER in the conversion of the existing sulfuric acid tanks, transfer pumps, and piping to support hydrochloric acid. The EQUIPMENT MANUFACTURER shall assist the OWNER in -- the conversion of the existing Purate tanks, transfer pumps, and piping to support sodium chlorite. The EQUIPMENT MANUFACTURER shall supply and install the chlorine dioxide generation system, associated equipment, supply sodium chlorite (25% wt/wt), and provide s start-up, training, field-testing, operation, maintenance, and related services for the chlorine JUNE 2017 01100 -Page 1 of 4 SUMMARY F-Vmjeds104251025-0Q-0 Wrk PmcrQ-3 SPECS01100 Sumnary.Bocx 0425-025-01 dioxide generation system as specified herein. EQUIPMENT MANUFACTURER shall refer to the specific specification sections included in the Contract Documents for details on the limits of his scope. 1.5 TYPE OF CONTRACT A. Project will be constructed under a single prime contract. 1.6 WORK PHASES (NOT USED) 1.7 WORK UNDER OTHER CONTRACTS (NOT USED) 1.8 LIMITS OF SUBCONTRACTOR PARTICIPATION (NOT USED) 1.9 PRODUCTS ORDERED IN ADVANCE (NOT USED) 1.10 OWNER -FURNISHED PRODUCTS (NOT USED) 1.11 USE OF PREMISES A. General: EQUIPMENT MANUFACTURER shall have limited use of premises for construction operations as indicated on Drawings by the Contract limits. B. Use of Site: Limit use of premises to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to areas where work is permitted. 2. OWNER Occupancy: Allow for OWNER occupancy of Project site. 3. Driveways and Entrances: Keep driveways and entrances serving facilities clear and available to OWNER, OWNER'S employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. C. Use of Existing Facilities: Maintain existing building, structures and/or site elements in a working condition throughout construction period. Repair damage caused by construction operations. Protect any facility and their occupants during construction period. D. Because of heightened security, the EQUIPMENT MANUFACTURER should be aware that additional information and coordination will be required in order to enter and to bring materials and equipment into the treatment plant site during and after plant startup. Delays should be expected. All costs due to this additional information, coordination and resultant delays because of this heightened security shall be subsidiary to the cost of the project. 1. The EQUIPMENT MANUFACTURER shall provide at the beginning of the project with updates as necessary: a. List of employees b. Badges for employees (photo ID) C. Inform OWNER and ENGINEER of working hours. 2. Information on all visitors on CONTRACTOR -related business may be required from the EQUIPMENT MANUFACTURER during the project, including subcontractor employees, manufacturer's representatives, suppliers, and truck drivers. EQUIPMENT MANUFACTURER shall escort all non -employees into the plant site. 1.12 OWNER'S OCCUPANCY REQUIREMENTS A. Full OWNER Occupancy: OWNER will occupy site during entire construction period. Cooperate with OWNER during construction operations to minimize conflicts and facilitate OWNER usage. Perform the Work so as not to interfere with OWNER'S day-to-day operations. Maintain existing exits, unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from OWNER and authorities having jurisdiction. 2. Provide not less than 72-hour notice to OWNER of activities that will affect OWNER'S operations. 01100 - Page 2 of 4 SUMMARY F:*ojeds104251025-01X2-0Wrk Prod12-3 SPEGSW1100 Summary docx JUNE 2017 0425-025-01 B. OWNER Occupancy of Completed Areas of Construction: OWNER reserves the right to occupy and to place and install equipment in completed areas of Project, before Substantial Completion, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and partial occupancy shall not constitute acceptance of the total Work. 1. ENGINEER will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied before OWNER occupancy. 2. Obtain a Certificate of Occupancy from authorities having jurisdiction before OWNER occupancy. 3. Before partial OWNER occupancy, mechanical and electrical systems shall be fully operational, and required tests and inspections shall be successfully completed. On occupancy, OWNER will operate and maintain mechanical and electrical systems serving occupied portions of facilities. 4. On occupancy, OWNER will assume responsibility for maintenance and custodial service for occupied portions of building. 1.13 WORK RESTRICTIONS . A. On -Site Work Hours: Work shall be generally performed at the site during normal business working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, except otherwise indicated. 1. Weekend Hours: Saturday, 9:00 a.m. to 5:00 p.m., with written notification to OWNER three working days in advance. 2. Early Morning Hours: EQUIPMENT MANUFACTURER shall minimize early morning hours or late evening hours of work, and shall comply with local requirements of authorities having jurisdiction for restrictions on noisy work. A variance shall be obtained before proceeding with the work. 3. Hours for Utility Shutdowns: Tuesday through Thursday, no utility shutdown on Monday or Friday. 4. Work shall not be performed on Sundays or City holidays, except as outlined in Section "General Instructions to Offeror, Paragraph 26. City holidays are listed below: a. New Year's Day — January 1 St. b. Martin Luther King Day — Third Monday in January. C. Good Friday — Friday before Easter. d. Memorial Day — Last Monday in May. e. Independence Day —July 0. f. Labor Day — First Monday in September. g. Veterans Day — November 11t' (Floating Holiday). h. Thanksgiving Day — Fourth Thursday in November. i. Friday after Thanksgiving — Fourth Friday in November. _ j. Christmas Eve — December 20. k. Christmas Day — December 2e. B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by OWNER or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify ENGINEER not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without ENGINEER'S written permission. 1.14 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using a 17-division format and CSI "Master Format" numbering system. 1. Division 1: Sections in Division 1 govern the execution of the Work of all Sections in the Specifications. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred, as the sense requires. Singular JUNE 2017 01100 - Page 3 of 4 SUMMARY Hprojeds10d251025-01\2- Wrk PraA2-3 SPECS141100 Swm ".doac 0425-025-01 words shall be interpreted as plural and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by EQUIPMENT MANUFACTURER. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by EQUIPMENT MANUFACTURER or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 3. Additional meaning of language used may be found in the General Conditions Article "Defined Terms and Terminology." 1.15 PERMITS (NOT USED) 1.16 OTHER PROFESSIONAL SERVICES (NOT USED) PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION H n I 01100 - Page 4 of 4 SUMMARY F:lprojeds\042b102"W-() Wrk Prod12-3 SPECS01100 Swinary_doa JUNE 2017 0425-025-01 SECTION 01200 PROJECT ADMINISTRATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions, Special Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following; 1. Project Closeout 1.3 PROJECT CLOSEOUT A. This subpart includes administrative and procedural requirements for project, including, but not limited to, the following: 1. Inspection procedures. 2. Final cleaning. B. Substantial Completion 1. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. a. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. b. Advise OWNER of pending insurance changeover requirements. C. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. d. Obtain and submit releases permitting OWNER unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. e. Prepare and submit Project Record Documents, operation and maintenance manuals, Final Completion construction photographs, damage or settlement surveys, property surveys, and similar final record information. f. Deliver tools, spare parts, extra materials, and similar items to location -- designated by OWNER. Label with manufacturer's name and model number where applicable. g. Complete startup testing of systems. h. Submit test/adjust/balance records. i. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. j. Advise OWNER of changeover in heat and other utilities. k. Submit changeover information related to OWNER'S occupancy, use, operation, and maintenance. I. Complete final cleaning requirements, including touchup painting. M. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. 2. Review of Work: Submit a written request for inspection for Substantial Completion. On receipt of request, ENGINEER will either proceed with a review of work or notify EQUIPMENT MANUFACTURER of unfulfilled requirements. ENGINEER will prepare the Certificate of Substantial Completion after the review of work or will notify EQUIPMENT MANUFACTURER of items, either on EQUIPMENT MANUFACTURER'S list or additional items identified by ENGINEER, which must be completed or corrected before certificate will be issued. a. Re -review: Request re -review when the Work identified in previous reviews as incomplete is completed or corrected. b. Results of completed review will form the basis of requirements for Final Completion. JUNE 2017 01200 Page 1 of 6 PROJECT ADMINISTRATION F.Tmjectsl042W2"1Q-0Wrk Prod\2-3 SpeW01200 Pmjed Adrrinistratron_Doac 0425-025-01 C. Final Completion 1. Preliminary Procedures: Before requesting final review for determining date of Final Completion, complete the following: a. Submit certified copy of ENGINEER'S Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by ENGINEER. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. b. Submit evidence of final, continuing insurance coverage complying with insurance requirements. C. Submit pest -control final inspection report and warranty, as applicable. d. Instruct OWNER's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training videotapes. 2. Review: Submit a written request for final review for acceptance. On receipt of request, ENGINEER will either proceed with a review of work or notify EQUIPMENT MANUFACTURER of unfulfilled requirements. ENGINEER will prepare a final Certificate for Payment after review or will notify Contractor of construction that must be completed or corrected before certificate will be issued. a. Re -review: Request re -review when the Work identified in previous inspections as incomplete is completed or corrected. D. List of Incomplete Items (Punch List) 1. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by EQUIPMENT MANUFACTURER that are outside the limits of construction. a. Organize list in sequential order as directed by OWNER's Representative. b. Organize items applying to each space by major element. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION A. Examination 1. Existing Conditions and Utilities: When appropriate, the existence and location of site improvements, underground and other utilities, and other construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of mechanical and electrical systems and other construction affecting the Work. a. Before construction, verify the location and points of connection of utility services. b. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water -service piping; and underground electrical services. C. Furnish location data for work related to Project that must be performed by public utilities serving Project site. 2. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. a. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. b. Examine rough -in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. C. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. d. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. B. Preparation 1. Existing Utility Information: Furnish information to local utility that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other JUNE 2017 01200 Page 2 of 6 PROJECT ADMINISTRATION F:Wrope X0425k025-0112-0 Wrk Prod%2-3 8pecs1O1200 Project Admi ustrabon.Dom 0425-025-01 utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. 2. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 3. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. 4. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to ENGINEER. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. C. OSHA Standards 1. All work performed under this Contract shall meet the applicable requirements of the Occupational Safety and Health Administration (OSHA). It is the responsibility of the EQUIPMENT MANUFACTURER to become familiar with the provisions of regulations published by OSHA in the Federal Register and to perform all of the responsibilities thereunder. It is the EQUIPMENT MANUFACTURER's responsibility to see that the Project is constructed in accordance with OSHA regulations and to indemnify and save harmless the OWNER from any penalties resulting from the EQUIPMENT MANUFACTURER's failure to so perform. D. Construction Layout 1. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify ENGINEER promptly. 2. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by ENGINEER. E. Installation 1. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. a. Make vertical work plumb and make horizontal work level. b. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. C. Conceal pipes, ducts, and wiring in finished areas, unless otherwise indicated. 2. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. 3. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. 4. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. 5. Tools and Equipment: Do not use tools or equipment that produces harmful noise levels. 6. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. 7. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work. a. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by ENGINEER. b. Allow for building movement, including thermal expansion and contraction. JUNE 2017 01200 Page 3 of 6 PROJECT ADMINISTRATION F:Vm*is1042W25-01U-0 Wrk ProcV-3 SpemXO12W Pmjed AcirnimstrAmDoac 0425-025-01 C. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 8. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. 9. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. F. Progress Cleaning 1. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint -use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully. a. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. b. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 degree F. C. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. 2. Site: Maintain Project site free of waste materials and debris. 3. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. a. Remove liquid spills promptly. b. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. 4. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. 5. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. 6. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. 7. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. 8. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. 9. Limiting Exposures: Supervise construction operations to assure that no part of the construction completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. G. Starting and Adjusting 1. Start equipment and operating components to confirm proper operation in accordance with the specifications and the following: a. Remove malfunctioning components, replace with new components, and retest. b. Adjust operating components for proper operation without binding. Adjust equipment for proper operation. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. H. Protection of Installed Construction 1. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. 2. Comply with manufacturers written instructions for temperature and relative humidity. JUNE 2017 01200 Page 4 of 6 PROJECT ADMINISTRATION F:Tm)ectsX04251025-0112-0 Wrk Prod12-3 Specs1012D0 Project Adm mstratian_Dom 0425-025-01 I. Correction of the Work 1. Repair or remove and replace defective construction. Restore damaged substrates and finishes. -- a. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. 2. Restore permanent facilities used during construction to their specified condition. 3. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. 4. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. 5. Remove and replace chipped, scratched, and broken glass or reflective surfaces. J. Plan of Action 1. CONTRACTOR shall prepare a detailed, written plan of action {covering all shutdowns, -- material deliveries, confined space/hazardous environment entries, plant protection system, construction sequence for major facilities and modifications to existing facilities, trench/excavation protection, for review and coordination with the OWNER and ENGINEER at the pre -construction conference. The pre -construction conference will be held prior to beginning construction activities. K. Workmanship 1. Specifications contain detailed instructions and descriptions of the major items of construction and workmanship necessary for building and completing the various elements of the Project. The Specifications are intended to be written so that only first class workmanship and finish of the best grade and quality will result. The fact that these Specifications may fail to be so complete as to cover all details will not relieve the EQUIPMENT MANUFACTURER of full responsibility for providing a completed project of high quality, first class finish and appearance and satisfactory for operation, all within the apparent intent of the Plans and Specifications. L. Firearms 1. Neither the EQUIPMENT MANUFACTURER nor any of his employees shall be allowed to carry firearms on the Project, either on their persons or within their automobiles to the extent allowed by the laws of the State of Texas and ordinances of the OWNER. Any violation of this requirement may result in the permanent removal from the Project the employee committing the violation. M. Handling Materials Not Approved 1. The EQUIPMENT MANUFACTURER shall remove from the site any materials found to be damaged, and any materials not meeting the specifications. These materials shall be removed promptly, unless the ENGINEER will accept the materials after repairing. Materials found to be damaged, or not acceptable to the ENGINEER, shall be removed. Examination before installation shall not relieve the EQUIPMENT MANUFACTURER from any responsibility to furnish good quality materials. N. Final cleaning 1. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. 2. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each Project site, equipment, structures, buildings and related facilities. Comply ._ with manufacturer's written instructions. a. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: 1) Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. 2) Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. 3) Rake grounds that are neither planted nor paved to a smooth, even - textured surface. _ JUNE 2017 01200 Page 5 of 6 -, P:1 mpdsX0425%025-0tt2-0 Wrk Ral%2-3 PROJECT ADMINISTRATION 5pecs�120D Project Admirustration.Docx 0425-025-01 4) Remove tools, construction equipment, machinery, and surplus material from Project site. 5) Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. 6) Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. 7) Sweep concrete floors broom clean in unoccupied spaces. 8) Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. 9) Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision - obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. 10) Remove labels that are not permanent. 11) Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. a) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. 12) Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. 13) Replace parts subject to unusual operating conditions. 14) Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. 15) Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. 16) Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned -out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. 17) Leave Project clean and ready for occupancy. 3. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid Project of rodents, insects, and other pests. Prepare a report. 4. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION JUNE 2017 01200 Page 6 of 6 PROJECT ADMINISTRATION F_Wmjec1sl442W25-0112-0 Wrk Prod12 3 Specs-01200 Project Admirusha8 _Door 0425-025-01 SECTION 01420 REFERENCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. General.- Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey ENIGNEER'S action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by ENGINEER. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written farm on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents j unless otherwise indicated. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. D. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the organizations responsible for the standards and regulations in the following list. JUNE 2017 01420 - Page 1 of 5 F-.**dsZ4251025-0112-0Writ Pmd%2-3 SPECS501420 ReWences.docx REFERENCES 0425-025-01 ADAAG Americans with Disabilities Act ADA Architectural Barriers Act ABA CFR Code of Federal Regulations DOD Department of Defense Military Specifications and Standards DSCC Defense Supply Center Columbus (See FS) FED -STD Federal Standard See FS FS Federal Specification FTMS Federal Test Method Standard See FS MIL (See MILSPEC) MIL -STD See MILSPEC MILSPEC Military Specification and Standards UFAS Uniform Federal Accessibility Standards TAS Texas Accessibility Standards TDLR Texas Department of Licensing and Regulations 1.4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. AA Aluminum Association, Inc. (The) AAADM American Association of Automatic Door Manufacturers AAMA American Architectural Manufacturers Association AASHTO American Association of State Highway and Transportation Officials ABMA American Bearing Manufacturers Association ACI ACI International American Concrete Institute ACPA American Concrete Pipe Association AEIC Association of Edison Illuminating Companies, Inc. The AGA American Gas Association AGC Associated General Contractors of America The Al Asphalt Institute AIA American Institute of Architects The AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction ALCA Associated Landscape Contractors of America Now PLANET - Professional Landcare Network ALSC American Lumber Standard Committee, Incorporated AMCA Air Movement & Control Association International, Inc. ANSI American National Standards Institute APA Architectural Precast Association API American Petroleum Institute ARI Air -Conditioning & Refrigeration Institute ARMA Asphalt Roofing Manufacturers Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers ASME ASME International ASSE American Society of Sanitary Engineering ASTM ASTM International (American Society for Testing and Materials International) AWI Architectural Woodwork Institute AWPA American Wood -Preservers' Association AWS American Welding Society AWWA American Water Works Association JUNE 2017 01420 - Page 2 of 5 REFERENCES F.AprojedsM251025-0112-0 Wrk PmdQ-3 SPECSV1420 Re%mices.docx 0425-025-01 BHMA Builders Hardware Manufacturers Association BIA Brick Industry Association The CGA Compressed Gas Association CISPI Cast Iron Soil Pipe Institute CLFMI Chain Link Fence Manufacturers Institute CPA Composite Panel Association CPPA Corrugated Polyethylene Pipe Association CRSI Concrete Reinforcing Steel Institute CSI Cast Stone Institute CSI Construction Specifications Institute he DHI Door and Hardware Institute DMS Departmental Material Specifications, TxDOT EIA Electronic Industries Alliance EJCDC Engineers Joint Contract Documents Committee EJMA Expansion Joint Manufacturers Association, Inc. FMG FM Global (Formerly: FM - Factory Mutual System) FMRC factory Mutual Research Now FMG HI Hydraulic Institute HMMA Hollow Metal Manufacturers Association Part of NAAMM HPVA Hardwood Plywood & Veneer Association ICEA Insulated Cable Engineers Association, Inc. IEEE Institute of Electrical and Electronics Engineers, Inc. The IESNA illuminating Engineering Society of North America JEST Institute of Environmental Sciences and Technology IGCC Insulating Glass Certification Council IGMA Insulating Glass Manufacturers Alliance ISO International Organization of Standardization LPI Lightning Protection Institute MBMA Metal Building Manufacturers Association MFMA Metal Framing Manufacturers Association MHIA Material Handling Industry of America MSS Manufacturers Standardization Society of The Valve and Fittings Industry Inc. NAAMM National Association of Architectural Metal Manufacturers NACE NACE International National Association of Corrosion Engineers International NRCA National Roofing Contractors Association NECA National Electrical Contractors Association NEMA National Electrical Manufacturers Association NETA lnterNational Electrical Testing Association NFPA NFPA (National Fire Protection Association) NGA National Glass Association NHLA National Hardwood Lumber Association NSF NSF International National Sanitation Foundation International NWWDA National Wood Window and Door Association Now WDMA PCI Precast/Prestressed Concrete Institute PDCA Painting & Decorating Contractors of America PDI Plumbing & Drainage Institute PGI PVC Geomembrane Institute PLANET Professional Landcare Network (Formerly: ACLA - Associated Landscape Contractors of America PTI Post -Tensioning Institute RCSC Research Council on Structural Connections SAE SAE International SDI Steel Deck Institute SDI Steel Door Institute SIGMA Sealed Insulating Glass Manufacturers Association Now IGMA JUNE 2017 r 01420 - Page 3 of 5 REFERENCES F.*ojeds10 M025-012-0 Writ Prodt2-3 SPECS101420 References.dou 0425-025-01 SJI Steel Joist Institute SMACNA Sheet Metal and Air Conditioning Contractors' National Association SSINA Specialty Steel Industry of North America SSPC SSPC: The Society for Protective Coatings STI Steel Tank Institute UL Underwriters Laboratories Inc. UNI Uni-Bell PVC Pipe Association WASTEC Waste Equipment Technology Association WDMA Window & Door Manufacturers Association (Formerly: NWWDA - National Wood Window and Door Association B. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. BOCA BOCA International, Inc. See ICC IAPMO International Association of Plumbing and Mechanical Officials ICBO International Conference of Building Officials See ICG ICBO ES ICBO Evaluation Service, Inc. (See ICC-ES) ICC International Code Council ICC-ES ICC Evaluation Service, Inc. SBCCI Southern Building Code Congress International, Inc. See ICC C. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. CE Army Corps of Engineers CPSC Consumer Product Safety Commission DOC Department of Commerce DOD Department of Defense DOE Department of Energy EPA Environmental Protection Agency FAA Federal Aviation Administration FCC Federal Communications Commission FDA Food and Drug Administration GSA General Services Administration HUD Department of Housing and Urban Development NCHRP National Cooperative Highway Research Program See TRB NIST National Institute of Standards and Technology OSHA Occupational Safety & Health Administration PBS Public Building Service See GSA PHS Office of Public Health and Science RUS Rural Utilities Service See USDA SD State Department TRB Transportation Research Board USDA Department of Agriculture USPS Postal Service D. State Government and Regional Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. JUNE 2017 01420 - Page 4 of 5 REFERENCES Flproject M25W"1" Wrk Prodt2-3 SPECS01420 Refe mms.docx 0425-025-01 NCTCOG North Central Texas Council of Governments TCEQ Texas Commission on Environmental Quality TFS Texas Forest Service Forest Resource Development TPWD Texas Parks and Wildlife Department TRWD Tarrant Regional Water District TxDOT Texas Department of Transportation PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION JUNE 2017 01420 - Page 5 of 5 REFERENCES F:1 *cts1042W25-01" Wrk PmQ-3 SPEC9 01420 Rekmnces.cbcx 0425-025-01 s SECTION 05501 ANCHOR BOLTS, EXPANSION ANCHORS AND CONCRETE INSERTS ., _ PART 1 - GENERAL fist=Elam A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. fiw4m&-iil&lkyjLll '1 A. Section Includes: 1. Provide anchor bolts, expansion anchors and concrete inserts for equipment and metal fabrications as specified or shown on the Drawings, including, but not limited to: a. Equipment. b. Piping. A. References: 1. American Concrete Institute (ACI): a. ACI 318, Appendix D - Building Code Requirements for Structural Concrete and Commentary, Anchoring to Concrete. b. ACI 355.2 - Qualification of Post -Installed Mechanical Anchors in Concrete & Commentary 2. ASTM International (ASTM): a. A 36 — Specification for Carbon Structural Steel b. A 193 — Specification for Alloy -Steel and Stainless Steel Bolting Materials for High Temperature or High Pressure Service and Other Special Purpose Applications C. A 194 — Specification for Carbon and Alloy Steel for Bolts for High Pressure or High Temperature, or Both d. A 283 — Specification for Low and Intermediate Tensile Strength Carbon Steel Plates e. A 307 — Specification for Carbon Steel Externally and Internally Threaded Standard Fasteners f. A 320 — Specification for Alloy -Steel and Stainless Steel Bolting Materials for Low -Temperature Service g. C 881 — Specification for Epoxy -Resin -Base Bonding Systems for concrete h. E 488 — Test Method for Strength of Anchors in Concrete and Masonry Units i. E 1512 — Test Method for Testing bond Performance of Bonded Anchors j. F 436 — Specification for Hardened Steel Washers k. F 593 — Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs I. F 594 — Specification for Stainless Steel Nuts M. F 844 - Specification for Washers, Steel, Plain (Flat), Unhardened for General Use n. F 1554 — Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength 3. International Building Code, 2006 or later edition. 4. ICC Evaluation Service, Inc. (ICC ES): a. AC193 — Acceptance Criteria for Mechanical Anchors in Concrete Elements b. ESR - Evaluation Service Report 5. FM Global (Formerly: FM - Factory Mutual System) 6. NSF International (NSF) B. Definitions: ( 1. Exterior Area: Location not protected from the weather by a building or other enclosed structure. L_; 2. Interior Dry Area: Location inside building or structure where floor is not subject to liquid spills or washdown, no where wall or roof slab is common to a water -holding or earth -retaining structure. JUNE 2017 05501 - Page 1 of 6 ANCHOR BOLTS, EXPANSION ANCHORS AND CONCRETE INSERTS F:WROJECTS104251025-0112-0 WRK PROD\2-3 SPECS05501 ANCHOR BOLTS, EXPANSION ANCHORS AND inserts.&& 0425-025-01 3. Interior Wet Area: Location inside building or structure where floor is sloped to floor drains or gutters and is subject to liquid spills or washdown, or where wall, floor, or roof slab is common to a water -holding or earth -retaining structure. 4. Submerged: Location at or below top of wall or embankment of open water -holding structure, such as a basin or channel, or wall, ceiling, or floor surface inside a covered water -holding structure, or exterior below grade wall or roof surface of water -holding structure, open or covered. 1.4 SYSTEM DESCRIPTION A. Design Requirements: 1. Designed in accordance with ACI 318 (Strength Design method using Appendix D) for use in cracked and uncracked concrete. 2. Testing Requirements: Tested in accordance with ACI 355.2 and ICC ES AC193 for use in cracked and uncracked concrete including seismic and wind loading (Category 1 anchors). 3. When the size, length or load carrying capacity of an anchor bolt, expansion anchor, or concrete insert is not shown on the Drawings, provide the size, length and capacity required to carry the design load in accordance with ACI 318, Appendix D for cracked and uncracked concrete. 4. Determine design loads as follows: a. For equipment anchors, use the design load recommended by the manufacturer and approved by the ENGINEER. b. For pipe hangers and supports, use one half the total weight of pipe, fittings, valves, accessories and water contained in pipe, between the hanger or support in question and adjacent hangers and supports on both sides. 1.5 SUBMITTALS A. Product Data: 1. For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for products. 2. Provide the ICC ES Evaluation Service Report (ESR Number) for each fastener. B. Shop Drawings: Submit the following; 1. Setting drawings and templates for location and installation of anchorage devices. 2. Copies of manufacturer's specifications, materials, load tables, dimension diagrams and installation instructions for anchorage devices. C. Samples: Submit representative samples of bolts, anchors and inserts as may be requested for review by the ENGINEER. Review will be for type and finish only. Compliance with all other requirements is the exclusive responsibility of CONTRACTOR. 1.6 QUALITY ASSURANCE A. Manufacturer: 1. Manufacturer shall have been engaged in the manufacturer of anchor bolts, expansion anchors, concrete inserts, and related items for a minimum of ten (10) years. 2. ISO 9001 Certified. B. Installer Qualifications: Adhesive anchor installers shall be trained and certified by manufacturer. C. Testing Agency Qualifications: Qualified for testing anchors in accordance with ASTM E 488 and E 1512 and has performed ICC ES method of evaluation. JUNE 2017 05501 - Page 2 of 6 ANCHOR BOLTS, EXPANSION ANCHORS AND CONCRETE INSERTS F_1PROJECTSX0425102"1V-0 WRK PROD12-3 SPECS1D5501 ANCHOR BOLTS, EXPANSION ANCHORS AND imeft.doc 0425-025-01 PART 2 - PRODUCTS I 2.1 GENERAL A. Unless otherwise indicated, comply with the following requirements: Table 1 Material Requirements Item ASTM Reference Stainless Steel: Bolts, Threaded Rods, and Anchor Studs F 593, AISI Type 316, Condition CW Nuts F 594, AISI Type 316, Condition CW Steel Bolts and Nuts: Carbon Steel A 307 bolts, with A 563 nuts High -Strength A 325, Type 1 bolts, with A 563 nuts Anchors Bolts and Rods F 1554, Grade 55, with weldability supplement S1 Eyebolts A 489 Threaded Rods A 36 Flat Washers (Unhardened) F 844 Flat and Beveled Washers Hardened F 436 Thrust Ties for Steel Pipe: Threaded Rods A 193, Grade B7 Nuts A 194, Grade 2H Plate A 283, Grade D B. Bolt, Washers, and Nuts: Use stainless steel, and carbon steel types as indicated in Fastener Schedule at end of this Section. 2.2 ANCHOR BOLTS AND ANCHOR BOLT SLEEVES A. Cast -In -Place Anchor Bolts: 1. Headed type, unless otherwise shown on Drawings. 2. Material type and protective coating as listed in Fastener Schedule. B. Anchor Bolt Sleeves: 1. Plastic: a. Single unit construction with corrugated sleeve. b. Top of sleeve shall be self -threading to provide adjustment of threaded anchor bolt projection. C. Material: High density polyethylene. 2. Fabricated Steel: ASTM A 36. 2.3 CONCRETE AND MASONRY DRILLED ANCHORS A. Mechanical Expansion Anchors: j 1. Design Requirements: Anchor bolt and sleeve assembly shall have capability to sustain without failure, as determined by the Strength Design method when installed in cracked and uncracked concrete, in accordance with the International Building Code and as determined by testing in accordance with ASTM E 488 and AC-355.2. __. 2. Material: AISI Type 304 and Type 316 stainless steel, and carbon steel as listed in Fastener Schedule. 3. Current evaluation and acceptance reports by ICC or other similar code organization, and listed by UL and FM Global. JUNE 2017 05501 - Page 3 of 6 ANCHOR BOLTS, EXPANSION ANCHORS AND CONCRETE INSERTS F.IPROJECTS\0425%02501%2-0 WRK PROD12-3 SPECS05501 ANCHOR BOLTS, EXPANSION ANCHORS AND inserts.doc 0425-025-01 4. Acceptable for use in potable water structures by NSF and local health organizations. 5. Type: a. ICC-ES Code Listed, Category 1, Cracked and Uncracked Concrete. b. Self -drilling Anchors; snap -off or flush type, zinc -plated. C. Non -drilling Anchors; flush type for use with zinc -plated or stainless steel bolt, or stud type with projecting threaded stud. 6. Size: As shown on Drawings and required for the concrete strength specified. 7. Manufacturers. Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. ITW Ramset/Red Head, Wood Dale, IL. b. Hilti, Inc., Tulsa, OK C. Powers Fasteners, New Rochelle, NY d. Simpson Strong -Tie Co., Inc., Pleasanton, CA B. Wedge Bolts: 1. Material: Zinc plated, case hardened carbon steel. 2. Current evaluation and acceptance reports by ICC or other similar code organization, and listed by UL and FM Global. 3. Type: a. ICC-ES Code Listed, Category 1, Cracked and Uncracked Concrete. b. Description: One piece, heavy duty screw anchor with finished hex head suitable for cracked and uncracked concrete and grouted masonry. 4. Size: As shown on Drawings and required for the concrete strength specified. 5. Manufacturers. Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. ITW Ramset/Red Head, Wood Dale, IL. b. Hilti, Inc., Tulsa, OK C. Powers Fasteners, New Rochelle, NY d. Simpson Strong -Tie Co., Inc., Pleasanton, CA C. Adhesive Anchors: 1. General: Adhesive anchoring system designed for bonding threaded anchor rod and reinforcing bar hardware into drilled holes in concrete and solid masonry base materials. 2. Threaded rod: a. Material: Unless otherwise specified: 1) ASTM F 593 for interior application, unless otherwise specified. 2) ASTM F 593 Stainless steel threaded rod for exterior, interior wet, and submerge applications. b. Diameter as shown on the Drawings or as required for the loads and conditions. C. Length as required to provide minimum depth of embedment. d. Clean and free of grease, oil, or other deleterious material. e. For hollow -unit masonry, provide galvanized or stainless steel wire cloth screen tube to fit threaded rod. f. Anchor rods shall have rolled threads. 3. Adhesive for Installation into Hardened Concrete and Masonry: a. Two -component adhesive, insensitive to moisture, designed to be installed in adverse freeze/thaw environments meeting requirements of ASTM C881. b. Application equipment: Disposable, self-contained cartridge system capable of dispensing components in the proper mixing ratios and that fit into manually or pneumatically operated caulking gun. C. Mixed Adhesive Consistency: Adequate for application conditions as approved by manufacturer without reductions to the adhesive load capacities. d. Adhesive Anchoring System used in concrete shall be approved by ICC Evaluation Services Report for short and long term loads, and shall be approved for use in the governing Building Code. e. Manufacturers and Products: 1) Hilti, Inc., Tulsa, OK; HIT RE 500 Adhesive Anchoring System. D. Concrete Inserts: 1. For piping, grating and floor plate provide malleable iron inserts. 2. Provide those recommended by the manufacturer for the required loading. JUNE 2017 05501 - Page 4 of 6 ANCHOR BOLTS, EXPANSION ANCHORS AND CONCRETE INSERTS F.APROJECTSW425W25-0112-0 WRK PRODt2-3 SPECS105501 ANCHOR BOLTS, EXPANSION ANCHORS AND ioserts.&C V _, 0425-025-01 3. Finish shall be black. E. Powder actuated fasteners and other types of bolts and fasteners not specified herein shall rt not be used unless approved by ENGINEER. t gym_, PART 3 - EXECUTION 3.1 CAST -IN -PLACE ANCHOR BOLTS A. Accurately locate and hold anchor bolts in place with templates at the time concrete is placed. B. Use anchor bolt sleeves for location adjustment and provide two nuts and one washer per bolt of same material as bolt. C. Minimum Bolt Size: 1/2-inch diameter by 12 inches long, unless otherwise shown. 3.2 CONCRETE AND MASONRY DRILLED ANCHORS A. Begin installation only after concrete or masonry to receive anchors has attained design strength. B. Install in accordance with manufacturer's instructions. C. Provide minimum embedment, edge distance, and spacing as follows, unless indicated otherwise by manufacturer's instructions or shown otherwise on Drawings. Table 2 Minimum Requirements Concrete and Masonry Drilled anchors Min. Embedment Min. Edge Distance Min. Spacing Anchor Type (bolt diameters) (bolt diameters) (bolt diameters) Wedge 9 6 12 Expansion 4 6 12 and Sleeve Adhesive 9 9 13.5 D. Use only drill type, bit type, and diameter recommended by anchor manufacturer. Clean hole of debris and dust with brush and oil -free compressed air. E. CONTRACTOR shall accurately locate steel reinforcement by the use of a pachometer or other approved means, prior to drilling the hole. If reinforcing is encountered in drilling holes for mechanical anchors, the hole should be abandoned and a new hole should be drilled. F. Mechanical anchors shall be set by applying the manufacturer's recommended torque. G. Adhesive Anchors: 1. Do not install adhesive anchors when temperature of base material is below 40 degree F or above 100 degree F. 2. Remove any standing water from hole with oil -free compressed air. Inside surface of hole shall be dry. 3. For hollow -unit masonry, install screen tube in accordance with manufacturer's instructions. 4. Do not disturb anchor during recommended curing time. 5. Do not exceed maximum torque as specified in manufacturer's instructions. 3.3 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections on concrete and masonry anchors when indicated on the Drawings. JUNE 2017 05501 - Page 5 of 6 ANCHOR BOLTS, EXPANSION ANCHORS AND CONCRETE INSERTS F.%PROJECTS104251025-0142-0 WRK PRODt2-3 SPECST5501 ANCHOR BOLTS, EXPANSION ANCHORS AND inseds.&C 0425-025-01 3.4 MANUFACTURER'S SERVICES A. Adhesive Anchors: Conduct site training of installation personnel for proper installation, handling, and storage of adhesive anchor system. 3.5 FASTENER SCHEDULE A. Unless otherwise indicated on the Drawings, provide anchor bolts and anchors as shown in Table 3. B. Anti -seizing Lubricant: Use on all stainless steel threads. C. Do not use adhesive anchors to support fire -resistive construction or where ambient temperature will exceed 120 degree F. Table 3 Requirements, Anchor Bolts and Anchors Service Use and Location Product Remarks 1. Drilled Anchors for Equipment and Components to Cast -in -Place Concrete Interior Dry Areas Adhesive 316 stainless steel anchors Submerged, Exterior, Adhesive 316 stainless steel Interior Wet, and anchors Corrosive Areas 3. Anchors in Grout -Filled Concrete Masonry Units Exterior and Interior Wet Zinc -coated carbon steel or and Dry Areas stainless steel adhesive anchors. 4. Anchors in Hollow Concrete Masonry Units Exterior and Interior Wet Zinc -plated carbon steel or and Dry Areas stainless steel wedge anchors or stainless steel adhesive anchors with screen tube. END OF SECTION JUNE 2017 05501 - Page 6 of 6 ANCHOR BOLTS, EXPANSION ANCHORS AND CONCRETE INSERTS FAPROJECTS104251025-0112-0 WRK PROM2 3 SPECSt05501 ANCHOR BOLTS, EXPANSION ANCHORS AND irmft.doc 0425-025-01 SECTION 11302 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY Work Scope: Provide all labor, supervision, materials, equipment, and related work required to provide two chlorine dioxide generation skids at the Lubbock North Water Treatment Plant and replace two existing chlorine dioxide generation skids at the Lubbock South Water Treatment Plant, including, but not limited to furnishing, installing, testing, and placing into operation the complete chlorine dioxide generation systems, and retrofitting and repurposing existing items in accordance with the manufacturer's instruction, as shown on the Drawings, and as described herein. The work associated with the South Water Treatment Plant shall also include assisting the CITY in converting the tanks (bulk and day), transfer pumps, and piping to from sulfuric acid to hydrochloric acid. The work associated with the South Water Treatment Plant shall also include assisting the CITY in converting the tanks (bulk and day), transfer pumps, and piping to from Purate to sodium chlorite. A. Section Includes: 1. Chlorine dioxide generation system that produces chlorine dioxide by reacting chlorine gas produced by the reaction of sodium hypochlorite and hydrochloric acid with a solution of sodium chlorite (three chemical system). 2. Booster pump skid required for operation of the equipment. 3. Pressure reducing valve skid required for operation of the equipment. 4. Water supply treatment or conditioning equipment required for operation of the equipment. 5. Chlorine dioxide analyzer and associated equipment. 6. Motors, drives, instruments, and controls. 7. Services for the design, installation oversight, equipment checkout, commissioning, startup and demonstration testing, and operator training. 1.3 REFERENCES A. ASTM International (ASTM): 1. A 53 — Specification for Pipe, Steel, Black, and Hot -Dipped, Zinc -Coated, Welded and Seamless 2. A 516 — Specification for Pressure 3. F 493 - Specification for Solvent Cements for Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe and Fittings B. American Water Work Association (AWWA): 1. B300 — Standard for Hypochlorites 2. B303 — Standard for Sodium Chlorite C. American Welding Society (AWS): D1.1 - Structural Welding Code -Steel D. National Sanitation Foundation (NSF): 1. NSF/ANSI 60 — Drinking Water Treatment Chemicals — Health Effects. 2. NSF/ANSI 61 — Drinking Water Systems Components — Health Effects. E. National Electrical Code, NEC. F. OSHA, Safety standards concerning personnel protection against machinery and the handling of dangerous chemicals. JUNE 2017 11302 - Page 1 of 12 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) F_4xojects104251025-0112-0Wrk Prad12-3 SPECS\11302 Chlorine Dioxide Generator (Three Chemical Systerts),dom 0425-025-01 1.4 SYSTEM DESCRIPTION A. Generation Method 1. Chlorine dioxide shall be produced by reacting chlorine gas produced in situ by the reaction of sodium hypochlorite and hydrochloric acid with a solution of sodium chlorite. A 25 percent sodium chlorite solution (by weight) shall be used. The reaction shall be assisted with a water operated ejector included with the generation equipment. Chlorine dioxide shall result from the complete reaction of the chemicals in the generator's reaction column prior to dilution and eduction into the motive water stream. B. Performance Requirements: 1. EQUIPMENT MANUFACTURER shall provide chemical process equipment for the on - site production of chlorine dioxide (CI02), such that the chlorine dioxide produced is consistently of at least 95 percent purity. C102 purity is defined as the weight ratio of chlorine dioxide to the sum of the concentrations of C102, free available chlorine (FAC: C12, HOCI, OCI-), chlorite ion (CI02 ), and chlorate ion (CI03 ), such that: PURITY (%) _ (C102) x (100) (C102) + (FAC) + (CI02) + (CI03 ) 2. Equipment shall be designed and capable of either continuous or batch operation. 3. Chemical process equipment provided shall be capable of maintaining the purity of the chlorine dioxide it produces across the full specified turndown range without requiring recalibration between production -rate set points. 4. Chlorine dioxide solution concentration shall be generated to within 1 percent of the set point value. 5. All equipment, including controls and drives, specified herein shall be specifically designed for this service and the environment encountered in this installation. 6. Equipment, supports, anchors, and fasteners shall be of adequate strength to withstand loads associated with starting, turbulence, thrusts from liquid movement, thermal expansion and contraction, and other loads encountered under normal operating conditions. 7. The equipment, sizes, materials, and arrangements described in this specification section are based on recommendations by equipment manufacturers and shall be considered minimum limits of acceptability. The equipment manufacturer shall be responsible for design, arrangement, and performance of all equipment supplied under this section. 8. All equipment shall be capable of being completely repaired in the field. 1.5 SUBMITTALS A. Product Data: 1. Provide construction details, material descriptions, dimensions of individual components and profiles, and finishes. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. 3. Manufacturer's catalogue data, operating literature, and specifications for all components of generator system and appurtenances. B. Shop Drawings: Provide plans, elevations, sections, details, and attachments to other work. 1. Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 2. Schematics of chemical feed system(s) identifying individual components of the system. 3. Complete instrumentation, control, logic, and power wiring diagrams with data on electrical equipment, instruments, and devices furnished. 4. Equipment weights and lifting points. JUNE 2017 11302 -Page 2 of 12 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) R4wojech;W4251025-01U-0 Wrk Prod12-3 SPECS111302 Chkxine Dkodde Generator (Three Chertrcal Systems).dou 0425-025-01 C. Operation and Maintenance Data: Provide the following at a minimum: 1. Information in hazards associated with the system and the appropriate safety a precautions 2. All appropriate Material Safety Data Sheets 3. Equipment installation instructions 4. Equipment startup instructions 5. Equipment maintenance procedures 6. Troubleshooting guide 7. individual operation and maintenance information on major system components. 8. General arrangement drawings including major and minor components. 9. A list of recommended spare parts D. Informational Submittals: 1. Manufacturer's Certification of Compliance: a. The manufacturer shall furnish written certification that all equipment furnished complies with all applicable requirements of these Specifications. The manufacturer's representative shall perform two site visits to assure that the generator system complies with all applicable requirements of these Specifications at the 11th and 23rd months after installation. A written certification shall be provided after each site visit to confirm compliance. 2. Manufacturer's Certificate of Proper Installation: a. Furnish equipment installation reports from the system supplier stating that the system has been properly installed and tested and is ready for full-time operation. 3. Qualification Data: For manufacturer and factory authorized representative. 4. Special shipping, storage and protection, handling, and installation instructions. 5. Location of nearest stocking distributor of spare parts. 6. Suggested spare parts list to maintain the equipment in service for a period of one year. Include a list of special tools required for checking, testing, parts replacement, and maintenance with current pricing information. 7. List special tools, materials, and supplies furnished with equipment for use prior to and during startup and for future maintenance. 8. EQUIPMENT MANUFACTURER shall furnish a copy of the operating program on USB Flash Drive, along with the accessories for OWNER to make field adjustments. 9. Welding certificates. 10. Source quality control reports. 11. Pre -installation Conference: Provide minutes. 12. Field quality control reports. 13. Maintenance Agreement: Sample of Maintenance Agreement. E. Software and Firmware Operational Documentation: 1. Software operating and upgrade manuals. 2. Program Software Backup: On USB Flash Drive 3. Device address list. 4. Printout of software application and graphics screens. 1.6 QUALITY ASSURANCE i A. Manufacturer Qualifications: 1. All equipment shall be the product of a manufacturer having at least ten (10) U.S. installations of the type being proposed, each with a minimum of five (5) years of satisfactory service. 2. All components of the feed system will be provided by a single manufacturer who shall have sole -source responsibility for the system. 3. The Chlorine Dioxide generator shall be constructed and certified in compliance with and according to NSF-61 Section 8. Changes affecting NSF-61 certification shall not be allowed. 4. The manufacturer shall have a minimum of three (3) service representatives and a Texas registered office / parts & service center located not less than 375 miles from the end -user's operating location to provide service support when needed. At least one of E JUNE 2017 11302 -Page 3 of 12 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) _ F_lprapdsw42025-012-0 wrk ProcrQ-3 SPEM11302 Chlorine Diobde generator (Three chemical Systens).do« 0425-025-01 the three service representatives shall have a Texas Class B operator's license and shall be based in Texas. 5. A list of similar installations shall be furnished with the shop drawing submittal, including names and telephone numbers of contacts. B. Factory Authorized Representative: Minimum of two (2) years of experience providing assistance in the installation, testing, and startup of similar system installations. C. Welding Qualifications: Qualify procedures and personnel according to AWS D1.11D1.1 M, "Structural Welding Code — Steel". D. 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. E. Pre -installation Conference: Conduct conference at Project site. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle and store pumping system components in accordance with manufacturer's written instructions. 1.8 SUBSTITUTIONS A. Any substitutions or deviations in equipment or arrangement from that shown on the drawings specified herein shall be the responsibility of the EQUIPMENT MANUFACTURER or CONTRACTOR. Any deviations must be accompanied by detailed structural, mechanical, electrical drawings and data for review by the ENGINEER. All costs associated with review of the substitutions or deviations and costs associated with project drawing changes as a result of approval shall be borne by the EQUIPMENT MANUFACTURER or CONTRACTOR. There shall be no additional costs to the OWNER due to substitutions or deviations. 1.9 PROJECT CONDITIONS A. NSF Certified: All surfaces and materials in contact with water or in contact with a chemical being added to water that is being treated for potable water use and conveyance, shall comply with the requirements of the Safe Drinking Water Act and shall conform to NSF-61. Product shall bear the mark or seal of an accredited testing laboratory. B. Feed Water Conditions: Treated, chloraminated water will be provided for operation of the chlorine dioxide feed system. A summary of the raw water quality is presented in Table 1. Treated water quality is anticipated to be similar to the raw water quality listed in Table 1, with the exception of pH and alkalinity values, which may decline during coagulation due to consumption of alkalinity by the coagulant. Table 1 is representative both the Lubbock North and Lubbock South Water Treatment Plants. TABLE 1 — RAW WATER QUALITY Temperature, °F (°C) 46 — 86 (8 — 30) pH, standard units 7-9 Turbidity, NTU 4 up to 20 Alkalinity, mg/L as CaCO3 150 up to 270 Calcium 25 up to 35 Chloride 180 up to 250 Sodium 150 up to 200 Iron <0.1 up to 0.5 Magnesium 7 up to 10 Manganese <0.02 up to 0.2 Total Dissolved Solids (TDS) 570 up to 700 Total Organic Carbon (TOC) 4 up to 6.5 JUNE 2017 11302 - Page 4 of 12 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) F_lpr*ds10d251025-0112-0 Wrk Pro&2-3 SPECS111302 Chlorine Doxcle Generator (Three Chenual Systens).docc C. The following chemicals will be fed during the treatment process: 0425-025-01 1. Chlorine dioxide. 2. Polyaluminum chloride or alum. 3. Sodium Hypochlorite. 4. Liquid Ammonium Sulfate. D. Variations: The chlorine dioxide generation system shall not differ from the basic requirements specified herein. Equipmentlinstruments differing from minor specified requirements may be accepted provided each point of difference is clearly stated in the shop drawings. This requirement is set forth to facilitate review of the shop drawings and is not to be construed by the EQUIPMENT MANUFACTURER as waiving any of the specified requirements. E. The equipment, sizes, materials, and arrangements described in this specification section are based on recommendations by EQUIPMENT MANUFACTURERS and shall be considered minimum limits of acceptability. The EQUIPMENT MANUFACTURER shall be responsible for the performance of all equipment supplied under this section. The manufacturer of the system shall modify their standard equipment to meet the values specified for dimensions, design, and the intent of this specification. Arrangements other than those shown on the Plans shall require ENGINEER's written approval. F. Modifications to structural design due to a manufacturer's varying space requirements, foundation requirements, floor slope requirements, or dimension changes to fit manufacturer specific requirements shall be coordinated by EQUIPMENT MANUFACTURER and included in the Bid. G. The EQUIPMENT MANUFACTURER shall be responsible for any modifications to the piping, electrical, structural, and mechanical layouts to accommodate, as well reimbursement to OWNER for additional charges by ENGINEER for additional work required accomplishing changes. 1.10 LONG-TERM OPERATIONS AND MAINTENANCE SERVICES A. Performance Support and Operations Assistance 1. The EQUPMENT MANUFACTUER shall provide long-term performance support and operations assistance to the OWNER for the full period of the contract term, including ' any contract extensions agreed to by the OWNER and EQUIPMENT MANUFACTURER. The period shall commence on the date when final completion is established by the OWNER'S REPRESENTATIVE. The support services shall include regular monthly onsite visits to conduct periodic maintenance, calibrate the equipment, and correct problems that have occurred. Also included are unscheduled service calls on an as -requested basis when problems have occurred that cannot be corrected by plant operations personnel. Time to respond to an unscheduled service call request shall be agreed to by plant personnel, but should not exceed 48 hours after a request is made. 2. The EQUIPMENT MANUFACTURER shall conduct three (3) full -day, onsite follow up € training sessions at six months, one year, and two years after the equipment is placed into continuous operation to present a review and summary of earlier training sessions and to answer questions. This training may be scheduled to coincide with other onsite visits. 3. The date of the monthly onsite visits and unscheduled service calls shall be set by the q OWNER, after mutual agreement with the EQUIPMENT MANUFACTURER. When an unscheduled service call is requested, the EQUIPMENT MANUFACTURER shall make every reasonable effort to respond to the OWNER's request for assistance by phone within twenty-four (24) hours of receiving the call. If the issue cannot be resolved over r the phone, then the EQUIPMENT MANUFACTURER shall provide a representative to the site within 48 hours of the request. 4. During each visit, the representative shall respond to specific requests of the OWNER's operating personnel, including instruction in proper system troubleshooting and routine maintenance, identification of problem causes, assistance with unit calibration, and other similar activities. Following each visit, the representative shall submit a report t documenting activities and findings to the OWNER. The EQUIPMENT JUNE 2017 6 11302 - Page 5 of 12 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) F:\prjects\04251Q25-0112-0 Wrk Prod%2-3 SPECS111302 Chbrine DKwde Generator (Three Cherrical System).docx 0425-025-01 MANUFACTURER shall make every attempt to send the same representative for each of the site visits to maintain continuity of service. B. Maintenance Services 1. In addition to the performance support and operations assistance specified, the EQUIPMENT MANUFACTURER shall provide system maintenance to the OWNER for the period of the contract term, including any contract extensions agreed to by the OWNER and EQUIPMENT MANUFACTURER. The period shall commence on the date when final completion is established by the OWNER's REPRESENTATIVE. 2. The system maintenance shall include all maintenance required, including furnishing all parts, on equipment furnished and installed by the EQUIPMENT MANUFACTURER. Repairs and replacements shall be conducted solely by the EQUIPMENT MANUFACTURER's staff, although the OWNER may be present during the activities for observation and training purposes. The EQUIPMENT MANUFACTURER may use spare parts originally provided by the EQUIPMENT MANUFACTURER for use in repair of the equipment, but spare parts used shall be replaced within 60 days. 1.11 SPARE PARTS A. Provide spare parts and special tools required for maintenance or adjustment, as recommended by the EQUIPMENT MANUFACTURER. B. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available System Manufacturers: Subject to compliance with requirements, provide chlorine dioxide generation systems by one of the following manufacturers: 1. Evoqua Water Technologies, LLC B. Available Component Manufacturers: Subject to compliance with requirements, available component manufacturers offering products have been listed in various Part 2 paragraphs. 2.2 MATERIALS A. General: 1. Materials shall be suitable for the intended application and chemical handled. Materials not specifically called for shall be high-grade, standard commercial quality, free from all defects and imperfections that might affect the serviceability of the product for the purpose for which it is intended. 2. Manufactured items provided shall be new, of current manufacture, and shall be the product of reputable manufacturers specializing in the manufacture of such products. 3. Provide each system component; connecting piping, valves, and appurtenances between equipment; required accessories; and instrumentation per the general arrangement shown on the Drawings. 4. Provide required instrumentation, controls, logic, programming, interlocks, and safety devices as required for the system to operate as described in this Section. 5. Provide required PLC hardware, software, programming, integration, startup, and training for the Chlorine Dioxide Master Control Panel. B. Equipment Assembly: Generator shall be skid mounted on 316 stainless steel frame. The frame shall be a free standing structure with base for proper weight distribution, clearly indicated lifting points on structure, and anchor points for securing to floor. The skid frame shall be constructed to allow movement by forklift or crane to final position with components intact. No components shall extend beyond the skid frame boundary. C. Materials in contact with chlorine dioxide shall be constructed of FRP, glass, PVC, CPVC, or non -corrosive metal. All piping materials and valves exposed to chlorine and /or chlorine dioxide gas or liquid, and sodium chlorite solution shall be constructed of schedule 80 PVC (using Weld -On 724 Solvent Cement), PVDF, or PTFE. Piping shall be furnished with JUNE 2017 11302 -Page 6 of 12 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) F_1projects104251025-0112-0 Wrk Pmd12-3 SPECSl11302 Chlorine Diobde Generator (Three Chemical Sys6ens)_dom 0425-025-01 _. sufficient unions to permit assembly and disassembly. All shutoff valves shall be true union ball valves. D. Metallic Fasteners: 316 stainless steel or materials with greater corrosion resistance. E. Anchorage: 316 stainless steel drill -in epoxy type anchor bolts. 2.3 CHLORINE DIOXIDE SYSTEM A. System Requirements 1. Lubbock North Water Treatment Plant a. Generator Capacity per skid: 1,000 lb/day chlorine dioxide b. Quantity of Generators: 2 C. Coordination with Existing Facilities 1) The sodium chlorite, hydrochloric acid, and sodium hypochlorite tanks (bulk and day) are existing. The piping and electrical connections for the skids are also existing. The equipment supplier shall to make the final piping and electrical connections as part of the installation of the chlorine dioxide generator equipment. d. Motive Water Feed Pump 1) Style: Multistage vertical centrifugal pump 2) Quantity: 1 per skid 3) Design Flow: 65 gpm 4) Minimum Inlet Pressure: 20 psig 5) Maximum Discharge Pressure: 130 psig 2. Lubbock South Water Treatment Plant a. Generator Capacity per skid: 250 lb/day chlorine dioxide b. Quantity of Generators: 2 C. Coordination with Existing Facilities 1) The sodium hypochlorite bulk and day tanks are existing. 2) The South Water Treatment Plant existing chlorine dioxide generation system is a two chemical Purate/Sulfuric Acid system. The equipment supplier shall assist the City in converting the existing: a) Purate bulk and day tanks into sodium chlorite bulk and day tanks b) Sulfuric acid bulk and day tanks into hydrochloric acid bulk and day tanks. 3) The equipment supplier's duties, as part of the conversion, shall be, but are not necessarily limited to, providing the City with the proper protocol and field assistance in draining, washing, cleaning, relabeling, and recommissioning of the existing Purate and Sulfuric Acid tanks/piping as sodium chlorite and hydrochloric acid tanks/piping, respectively. 4) The equipment supplier shall make the final piping and electrical connections as part of the installation of the chlorine dioxide generator equipment. d. Motive Water Feed Pump 1) Style: Multistage vertical centrifugal pump 2) Quantity: 1 per skid 3) Design Flow: 25 gpm 4) Minimum Inlet Pressure: 20 psig 5) Maximum Discharge Pressure: 130 psig B. General: 1. Chlorine dioxide equipment shall be comprised of a process for chlorine dioxide generation utilizing sodium chlorite and chlorine gas produced from the reaction between sodium hypochlorite and hydrochloric acid. The active concentrations of the feed chemicals shall be as follows: a. Sodium Hypochlorite (12.5% by wt. Active). b. Sodium Chlorite (25% by wt. Active). C. Hydrochloric Acid (15% by wt. Active). Item 2.3 B.1.b. above must contain sodium chlorite active ingredient manufactured in the US from US manufactured raw materials. No exceptions allowed. Due to security JUNE 2017 11302 -Page 7 of 12 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) F:lpropcts\04251025-01" Writ Prod%2-3 SPECS111302 Chorine Diwtide Generate (rhree Chemicad Systems).docx 0425-025-01 and regulatory concerns, the active ingredient and the finished formulated 25% sodium chlorite solution must both be ANSI / NSF 60 certified at/for the specific applicable US manufacturing site, and must have US EPA and TCEQ registrations for the intended application. Dilution water used in the manufacture of the 25% sodium chlorite solution must be deionized, distilled, or softened water. The manufacturing site for the 25% sodium chlorite solution must be located within 450 miles of both the City of Lubbock North and South Water Treatment Plants. 2. The feed system shall be capable of automatic flow pacing to raw water plant flow. 3. The generator shall maintain a minimum yield efficiency of 95 percent chlorine dioxide from the reaction of chlorine and sodium chlorite. The yield efficiency shall be based on the stoichiometric reactions below which occur under vacuum conditions in the reactor column of the generator: a. Chlorine gas generation from sodium hypochlorite and hydrochloric acid: 1 } NaOCI + 2HCI —+ C12 + NaCl + H2O b. Chlorine dioxide generation from sodium chlorite and chlorine gas: 1 } 2NaC102 + C12 -+ 2CIO2 + 2NaCl C. The overall combined reaction which occurs under vacuum conditions within the vacuum based reaction column is as follows: 1) 2NaC102 + NaOCI + 2HCI -+ 2CIO2 +3NaCl + H2O The yield will be demonstrated by an amperometric analysis capable of differentiating between chlorine, chlorine dioxide, chlorite and chlorate. Analysis shall be confirmed by the procedure written by Marco Aieta, et al in the Journal of the AWWA, Volume 76, January 1984, Page 64, Determination of Chlorine Dioxide, Chlorine, Chlorite and Chlorate in Water, and also EPA's Standard Method 4500-C102 E. Amperometric Method 11 [PROPOSED]. 4. The chlorine dioxide generation system shall maintain the specified minimum yield efficiency of 95 percent over a 10 to 1 turn -down feed range based upon the maximum capacity of the generator. 5. The reaction of chlorine gas and sodium chlorite to form chlorine dioxide shall take place under vacuum and shall be achieved without the use of excess chlorine. Excess chlorine feed shall be considered as any amount greater than 10 percent of the above overall reaction's stoichiometric requirement of chlorine that remains in the generator's aqueous chlorine dioxide product stream as un-reacted chlorine. Acid or chlorine in excess of the overall reaction's stoichiometric amount required for chlorine dioxide generation in order to lower the pH of the motive water stream driving the generator's vacuum educator shall not be acceptable. No pH control or monitoring of the pH of the motive water stream shall be required to achieve 95% conversion efficiency from sodium chlorite to chlorine dioxide. 6. The pH of the produced aqueous chlorine dioxide product stream exiting the generator shall be greater than 4.5 and less than 6.5, and this pH range shall be accomplished without the addition of an acid or base in the generation process nor to the motive water used to drive the generator's vacuum eductor. C. Electrical 1. Electrical apparatus on all equipment shall be installed complete and placed in readiness for proper operation. 2. Separate enclosures shall be provided for power supply and control components. 3. Electrical enclosures shall meet NEMA 4X requirements. 4. Electrical materials furnished and installed shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer. 5. All work shall be performed and materials shall be furnished in accordance with the NEC - National Electrical Code and the NESC - National Electrical Safety Code. Equipment shall be listed by UL. 6. Electrical conduit shall be flexible PVC per equipment manufacturer standard design. 7. Electrical power cables to be Junior Severe Service Oil and Weather SJOW resistant, Machine Tool Wire (MTW) or Thermoplastic Heat and Water Resistant Nylon (THWN). 8. Instrumentation cable to be standard shielded twisted pair. Magnetic flow meters shall use recommended shielded cable. JUNE 2017 11302 -Page 8 of 12 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) F:lprojects104251025-01AM Wrk Prodl2-3 SPECS01302 Chkxine Diobde Generator (rhree Cherrical Systems).dooc 0425-025-01 ' D. Control System 1. A Process Logic Controller (PLC) supplied by Allen Bradley shall be provided for monitoring and controlling the chlorine dioxide generation process including alarm functions, and allowing for local and remote operation of the system. The Human Machine Interface (HMI) shall have a color screen. The screen size on the HMI shall be 10" at a minimum 2. The control system shall allow for remote start-up/shut-down of the entire system. End - user / owner must supply an analog flow sensor signal (from the intended chlorine r" dioxide dosing point) to the PLC. The PLC shall provide for local operator interface and shall also offer remote SCADA interface capability. 3. The City shall be responsible for programming its SCADA control system and HMI screens to interface with the chlorine dioxide generation system. The City shall be responsible for signal teminations to the PLC. 4. A dual channel optical chlorine dioxide analyzer with chlorine dioxide optical sensor shall be provided that monitors in real time the concentration of the chlorine dioxide produced and provides for auto self -tuning of the precursor chemical feed rates via interface with the generator's PLC control panel. -: 5. The chlorine dioxide generator PLC and HMI shall be able to monitor, calculate and display system efficiency based on theoretical chlorine dioxide production rate (using the sodium chlorite flow rate) and the actual chlorine dioxide production rate (using the motive water flow rate and the chlorine dioxide concentration) and adjust the flow of at least one precursor chemical to the reaction column based on the calculated system efficiency. 6. The chlorine dioxide system shall have a failsafe design. Precursor feed shall be safely - stopped on a loss of system power or process water flow. The chlorine dioxide generation system shall automatically shut down and provide both local and remote alarms at the plant control system under the following circumstances (as a minimum): a. No sodium chlorite solution. b. No chlorine gas. C. Loss of ejector water flow. d. Generator low and no water flow. e. General generator failure. f. Loss of input control signal (water and precursor chemical flow 7. The following additional alarms shall be provided on the control panel: a. Low -low level for sodium hypochlorite storage tanks. b. Low -low level for sodium chlorite storage tanks. C. Low -low level for hydrochloric acid storage tanks. d. High -high level for sodium hypochlorite storage tanks. e. High -high level for sodium chlorite storage tanks. f. High -high level for hydrochloric acid storage tanks. 8. The chlorine dioxide system shall have a water flush system to safely clear precursors from the reaction chamber on shut -down. The water flush system shall also be programmable for operator selected timed and timed duration flush cycles via the } generator's PLC / HMI settings. E. Instrumentation and Piping Components 1. A magnetic flow meter used for sodium chlorite control shall be capable of precise flow measurement in the range appropriate to the generator size and shall provide an analog signal output to the process controller in direct proportion to the flow. The type of control valve shall be a V-Notch auto metering control valve in combination with a glass rotameter for precise flow measurement and control of 25% sodium chlorite solution in the range appropriate. The magnetic flow meter shall have a platinum electrode. .x 2. Magnetic flow meters and auto metering control valves shall be used each for sodium hypochlorite solution flow and hydrochloric acid flow, and each auto metering control valve shall be a V-Notch auto metering control valve in combination with a rotameter capable of precise flow measurement in the range appropriate. The magnetic flow meters shall have platinum electrodes. { 3. A non -contact magnetic flow meter with platinum electrode shall be used to monitor the } motive process water flowrate to the generator's vacuum educator. JUNE 2017 11302 -Page 9 of 12 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) F.Aprojects104251025-0112-0 Wrk Prod12-3 SPEM11302 CMaine Diobde Generator (Three ChemcW Systems).docu 0425-025-01 4. An automatic shutoff valve shall be provided on the process water inlet to the generator. The isolation valve shall be fail in a closed position if power is removed from the system. 5. Precursor control valves shall be capable of precise flow rate control in the range appropriate to the generator size and shall respond to a signal input from the process controller. 6. A pressure regulator valve shall be located on the process water inlet line to regulate water pressure supplied to the generator's vacuum educator. 7. Check valves shall be placed in the system to prevent backflow condition to all precursor feed points including process water. 8. Precursor isolation valves shall be hydraulically actuated by the supply of motive process water such that the valves shall fail in the closed position if the supply of motive process water to the generator's vacuum eductor is lost. 9. A sight tube of clear PVC or borosilicate glass shall be provided on the eductor outlet to provide a view of chlorine dioxide solution color. 10. True Union Ball valves shall be used throughout the skid design. 11. Pressure gauges shall be located before and after the water eductor. F. Pumps 1. Motive Water Feed Pump a. The head -capacity curve shall have a steady rise in head from maximum to minimum flow within the preferred operating region. All pump bearings shall be lubricated by the pumped liquid. b. Each pump shall be designed for in -line installation requiring no more than 1.5 square feet of floor space (including motor). C. The pump impellers shall be secured directly to the pump shaft by means of a splined shaft arrangement. d. The suction/discharge base shall have ANSI (Class 250), internal thread (NPT) or grooved pipe (Victaulic Type) connections as indicated on the plans or pump schedule. ANSI flanged bases shall be a slip ring (rotating flange) design. e. PUmq Construction fA N Q Suction/discharge base, pump head Cast Stainless Steel (ASTM CF-8M) Motor stool, base plate Cast iron (ASTM Class 30) Flange Rings Ductile Iron (ASTM 65-45-12) Shaft 316 or 329 Stainless Steel Impellers, diffuser chambers, outer sleeve: 316 Stainless Steel Impeller wear rings 316 Stainless Steel Shaft journals and chamber bearings Silicon Carbide 0-rings EPDM Shaft couplings for motor flange sizes 184TC and smaller shall be made of cast iron (ASTM Class 30) or sintered steel. Shaft couplings for motor flange sizes larger than 184TC shall be made of ductile iron (ASTM 60-40-18). Optional materials for the base plate and flange rings shall be cast stainless steel (ASTM CF-8M). Stainless Steel flange rings have a Class 300 pressure rating. The shaft seal shall be a balanced o-ring cartridge type with the following features: 1) Collar, Drivers, Spring: 316 Stainless Steel 2) Shaft Sleeve, Gland Plate: 316 Stainless Steel 3) Stationary Ring: Silicon Carbide 4) Rotating Ring: Silicon Carbide 5) 0-rings: EPDM Shaft seal replacement shall be possible without removal of any pump components other than the coupling guard, shaft coupling and motor. Pumps with motors equal to or larger than 15 hp (fifteen horsepower) shall have adequate space in the motor stool so that shaft seal replacement is possible without motor removal. The maximum working temperature shall be 250 degrees F. The maximum working pressures are as follows: 1) Connection Type Maximum Working Pressure 2) Internal Thread (NPT) 232 psig JUNE 2017 11302 - Page 10 of 12 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) F:VrgectsX04251025-01U-0 Wrk Prod123 SPECSII t302 Chlorine €hwdde Gerwaim (fhree Chemical Systems}.docx 0425-025-01 3) ANSI Flange 362 psig 4) Grooved Pipe (Victaulic Type) 362 psi 2. Pump Motors: a. Motors are to be provided with the following basic features: 1) Motors shall be designed for continuous duty operation, NEMA design B with a 1.15 S.F. 2) Motors are to be furnished with class " F" insulation. 3) Motor nameplate shall be mounted on enclosure with stainless steel fastening pins. 4) Nameplate shall have, as a minimum, all information as described in NEMA Standard MG 1-10.40.1. 5) Open Drip Proof (ODP) motors shall have drip covers. 6) Motors over 50 lbs. shall having lifting provisions. 7) Motors shall have a NEMA C-Flange for vertical mounting. 8) Drive end bearings shall be adequately sized so that the minimum L10 bearing life is 17,500 hours at the lowest allowable continuous flow rate for the pump. PART 3 - EXECUTION 3.1 INSTALLATION A. General: The generation units, pumps, and appurtenances shall be in accordance with the Contract Documents and approved procedures submitted with the shop drawings and as indicated on the drawings. Conflicts of information shall be called to the attention of the ENGINEER. B. All equipment units or assemblies shall be installed on concrete bases and secured with ! anchor bolts in accordance with the manufacturer's recommendations and as shown on the Contract Documents. Concrete work and grout shall conform to the requirements listed in Division 3. C. Alignment: Equipment shall be field tested to verify proper alignment, operation as specified, and freedom from binding, scraping, vibration, shaft runout, or other defects. Drive shafts shall be measured just prior to assembly to ensure correct alignment without forcing. Equipment shall be secure in position and neat in appearance. D. Utility Connections: The CITY shall be responsible for all required utility connections before the equipment foundations are being poured, and for all equipment pads, floor drains, hub drains, and supports. No drainage or seepage shall be allowed to discharge onto the floor. E. Support piping independent of equipment. Equipment shall be free from all loads and stresses induced by the piping. F. All equipment including motors, belts and drives shall be aligned to the best industrial standards. Field check and adjust all equipment alignments in the presence of the ENGINEER. G. Inspect all equipment prior to installation, if damaged; notify the ENGINEER and manufacturer promptly. Do not install damaged equipment until repairs are made in accordance with manufacturer's written instruction and approval by the ENGINEER. H. Tie -down lugs for tanks shall be grouted or shimmed to prevent excessive loads being transferred to the tank shell. The EQUIPMENT MANUFACTURER shall make equipment adjustments required to place system in proper operating condition. 3.2 EQUIPMENT FACTORY TESTING A. The EQUIPMENT MANUFACTURER shall perform factory tests. These tests shall include at a minimum: 1. Visual inspection of all equipment. 2. Complete assembly, start-up, and hydrotest of generation skid operation and PLC 1 HMI programmed functions. JUNE 2017 11302 - Page 11 of 12 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) F:lprojects104251025-0112-0 Writ ProcR2-3 SPECS111302 ChWne Diobde Generator (Three Cherrical Systems).dom 0425-025-01 3. Written verification of test procedure by a project manager documenting that all major and minor components function as intended include failsafe functions and controls. 3.3 STARTUP AND TRAINING A. The EQUIPMENT MANUFACTURE shall furnish a factory -trained representative for not less than 5 days for each feed system supplied (5 days for the Lubbock North Water Treatment Plant and 5 days for the Lubbock South Water Treatment Plant) to start-up the system and to train operating personnel. The factory -trained representative shall perform the following: 1. Check the installation and put each piece of equipment into initial service. 2. Provide safety training for operating personnel regarding chlorine dioxide generation. The topics shall include the following: a. Physical properties of chlorine dioxide, sodium chlorite, and chlorine gas. b. The chemistry of chlorine dioxide generation. C. Optimization and control of chlorine dioxide generation systems. d. Maintenance of chlorine dioxide generation systems. e. Safety procedures in the operation and maintenance of chlorine dioxide systems. 3. Provide training for laboratory personnel to cover the following: a. Physical properties of chlorine dioxide, sodium chlorite, and chlorine gas. b. Chlorine dioxide generation chemistry, laboratory and plant scale. C. Sampling for chlorine dioxide determinations. d. Analytical procedures for measuring residual chlorine dioxide in combination with other chlorine species. e. Analytical procedures for measuring generator yields and reaction byproducts. f. Safety procedures in the use and handling of chlorine dioxide, sodium chlorite, hydrochloric acid, sodium hypochlorite and chlorine in the laboratory. 3.4 FIELD TESTS A. The performance of the system shall be in accordance with the EQUIPMENT FACTORY TESTING and contract documents. B. If required, EQUIPMENT MANUFACTURE shall make any changes to the system, at his own expense, that may be necessary to assure satisfactory and efficient operation of this system. END OF SECTION JUNE 2017 11302 - Page 12 of 12 CHLORINE DIOXIDE GENERATOR (THREE CHEMICAL SYSTEMS) F-4xujech;W251025-0112-0 Wrk Prod12-3 SPECM11302 Chlorine diopde Generator (Three Chemical Sysf ).docx FiUOU Note: These drawings are provided for reference only. lo-li0-99t0 �_� 7Y 'suY065N' YiAibTp eNT1 � 106-9 DMIANt10 n Ntild ---Wr,<a -7r,970<-4 NO HDW 3W m 94 9 Z. ..., • en:Mouw .; rnu w.w�. ,,�w ,�rj uv, auvr. _� Mu�uu sorsr.�ur.•,+ux f't49fDB 3 09'iY'9fB6 3 +a;•• b 311 m+, 3�C31N 9,YLL r. 9 +¢mom neex� b•1q��� LOIItl00 A1110 mll-7 YnWOyv aM 1Gt 9iu O O 0 MWIN An ]IIW7� 00 O x ym t �udowaodw IrB9os .fixx 9 y� xe b� a.. � 91'i9SC99 3 LCff9f46 f (� N1MM3OIS �an� 313tX?ta]D (NWU4) Ond/Ml/lO ('dr.0 � _ ,* am aM11od/t yam, {AlddM1S) 3Md/M•L/;t{ 9WIONMt .B ��i" y„u � � n a e iai'S$ n x . 9 Nouvr*&Lmw mu 900nNwlo a aw✓ftt711Y1ffi1LL61Q51W! 900—y L Xmw aL uld3a•.. W488 i t l i i i 9 >m9 KTT ak^la/f WRId05 QL iC�l) 3101111V " MI/tl0 T"Oh S Rt OWTM I1O JIILCfI Ma" woum " nr y -szm Tt/011 ON WA co" 9N~ ns •1 ] dWISNOM AINO 30N3M3:13H HOA , REFERENCE ONLY a PAD HYPOCIILORITE R PUMP (TYP.) 4/OF/PVC 4/0/PVC ff�l� ,\ SODIUM E TANK F I'M SOOILIM HYPO TANK I 24' SIDE-/ [ARMY (TIP) 4/OF/P.0 EOUIPMENT PAD (rWj 4/D/PVC aw ) 2^-g' 2'a2'x2' SUMP P; CRATING 6' 64'-O' SEE DKWNG M-220 FOR CONTINUATION CONTROL PANEL CROSSOVER PLATFO m.P, 3)-\ (TYP.) (SEE NOTE TO II �t 'eil�" mCDc11aw:: 0 gt y (TYP. 3) ?y VERTICAL -^\ SUPPORT {TYP�)LJ4l.; 1/svo/wc--, PIPE SUPPORT ttg9.l SODIUM H)IVCHLORITE BULK STORAGE TANK. 3 /� hl 1, REFER TO DRAWNG G-003 FOR ADORIONAL NOTES T. 0111TRAC70R SHALL PANE THE EXTERIOR AND, THE 10P OF THE 10" M90011,000TE O"NMENT AREA OW IN AWOFCOMOE WITH OMSIOM 9 SPECIFICATION 'PAM1N0 2. THE TANK LLTTERING AND MFPA Irm DIAMOND' SHALL BE LOCATED ON THE SOUTH SIDE OF PLAN AND PROTECTIVE COM111R4'. COATNO SHALL BE APPLIED PRIOR TO BISTALLATION OF THE BULK SIORIGE TOM AND THE SOUTH SUE OF THE DAY TANKS^ VIDV OF TANK LETTERING PIPING, BLBCTFIGAL CONDUITS. DC. FOR COMPLETE COVEIWM AND NFPA 'FINE MANON0' 94AU. NOT SE OBSTRUCTED BY TAW EQUIPMENT AND ACCESSORIES, SCALE 3/8'-I'-0' 0. COM(TPICTOR STALL COOROIWTI! WITH THE 7INf LWUMAC7IUCR AIO PROVIDE S ALL PIPE SUPPORTS PRO! OR ON CONTNNMUN' WNl SHALL BE 316W ANCHOR BOLTS. BLOCK -OUTS IN TAM( PADS AS REOURIFD TO ACCOMMODATE TAW PPNG CONNECTIONS, HIMPBRL AND FASTENERS SHALL BE NBSS UNLESS OTHERWISE SPOC XD ON PLANS 0. CONTRACIOIt SHALL COAT SOdW HIPOCT4AWIE CONTAINMENT AREA SVB, INTERIOR OF 9, CROSSOvQt PUIPoRM SHALL BE A PRE-EJgINEER® COMPOSITE SYSTEM BY 4. I67" 1/2' FSER DIVARSION JOINTM BETf201 SFDEWA" *0 =CETE Rlf✓fACGS. MALLS, ANO EQUIPMENT PADS N AGCORDYICE WTIH "WIN 9 SPECIF0704 FBERCRATE OR MPROYCD EQUAL LOMTPACTOR SVY.L 9$ALL m 2' OP 'CNQMCAL RMSTAN1 CCATNO FOR CONCREW, COATING SHALL BE APPLIED PRIOR ro MOM -STRIA( CROUT A9 NL'!i'm m AQAbT faR MDU1/ING CULARRKS. S. CONTRACTOR 91W. SUPPLY AND INSTALL'DANGER-COMAINED SPACE-ZNTR' BY PUNT ONLY SION ON TANK MANKAYS, SUN 94M.L BE DOOMED ON MAMIAYS 00 ATTACHED PER 46TALLATUM OF TANKS, PIG SUPPORTS, PLOPS. WIND. ETC FOR ODMPWC COVON@. COATING SWAL BE APR.® TO ALL IINDIOR SLRVACES AFTER THE 10, CAHOPY NOT %H FOR CLARM, REFER TO STRUCTURAL ORAWRCS FOR DETAILS ON M M"'WACER'S RECOMMEM11NT10NS PLACEMENT OF THE EOUPMENT PADS SO THIA THE PADS SHALL BE FULLY COATED. FOLNOAIONS, SUB. WM.IS, SUMPS. EQUIPMENT PADS, AM CANOPY, K FORR DEIAXSJ SZSua.� MMTDO NCH ON RMYN0. CH pppltmNUAnM ffNyeDOt-01 _. ,--_ _ r--. r--�-� T.� -� „— _ —, F.�."—� � r--"`� I'--•v r+---1 Yam'----1 r'-7 -'1 -v —0- "n m m m Z m z FOR WW#k a' P R94 ig !! g� 1 e ; CITY OF LUBBOCK, TEXAS gg2 98 t o I [MPRO WVBMH n TOME NOR*M AM RTREAT14EW PL%M SC+UIii & PER 1M em. teas BY EAtc �E IV b O a n �8 $> $� ii SODIUM HYPOCHLORrrE AND CHLORINE DIOXIDE SYSTEMS HYDROCHLORIC ACID AND SODIUM CHLORITE '��1"},, c Lubbock �. �� MOS. LNINPRSM DMVP, SLIM ma FMTWORTKTEXM7610bP64 t 3r 5 CONTAINMENT PLAN 81isr�'NO,F-ii:gi�$'¢ }3d 3--2• REDUCER (TV.) 2' TU PVC BAIUL — (TTIP) 3,.3• Sp" PAD ETE V#CISEMENT CHLORINE DIOXIDE GENERATOR (Typ') (BY OTHERS, SEE NOTE 2) .7 e DIP TEE CHLORINE DIOXIDE GENERATION ROOM FRP OUTINO MP,) EMERGENCY SHOWER AND eYEK4SK t� PP.) rJ izilw;Pw (SUPPLY) )CIT, REDUCER -z (Typ') %/pOT/pvc 1 1"IPVC (REWN) t 1"/PVC (SUPPLY) NPOCI PUMP SKID-_ Oyp.) TEMPERED WATER SKID W/RECIRCULAMNS PUMP r Cupa ri 4/0/tAP er-Ir ------------- OF 45, wo FFFn ROOM SEE ORAWTNG MENLPROED ELECTRICAL ROOM PLAN VIEW EMERGENCY SHOWER AND EYEWASH MR.) M-Z 4 o, r UIPL' IhPW/PVC (RETURN) (ISCOND) CI0WPVC BEYOND) 2 7U PVC 4m. 57MNER C U WALL PENETRATION 1"/Pvc (SUPPLY) ­ M-0 SEE DRAWINGS M-200 AND M-201 MR CONTINUATION PLAN SCALE: PC (TYP.) C-200 FOR DUALS) t/NwOCvPVC 'sp3/0001PVC vwrw/vVC - CANTILEVER PIPE SUPPORT 0-) �O O g OHas 2'TU PVC OKPI#v4M VALK z (ryp.) z O 0 1, _S" DPJANG G-003 FOR NOTES._ ------------- 2. THE CHLORINE DIOXIDE GENERATORS WILL BE pRoom By on-wi4s AND ARE HOT PK-SELE=, PIPING. VALV01 ELECTRIC -AL CONDUWIRING,TT. wETC. AS NECESSARY FOR THE cOwNzCnON TO THESE GENERATORS AS SHOWN ON TINE DRAIN"'- S. HEATERS AND LOUVERS NCIT SHOWN. RTElt 70 ARCHITECTURAL hXAC, " ELECTRICAL DRWNGS FOR OUNtS. VAR Is ONE INCH ON ON MAIL O"m ONE INCH 00.0, GRAN tti. CNmw FOR REFERENCE ONLY nm[PmA_wmaL__ — 43 '145 F; 3113 pi Y� Ir 1 B' 1 W 1 1'--1' I'1 ° I . ♦.izz 1 e 1 ♦4� e m ' I. n z I i. I 4 A S ° Ij I F.11 I Y $ CITY OF LUBBOCK, TEXAS Q [MPROVRMRNTS TO THE NORTH AND SOUTH = WATER TREATMENfPLAT7IS 0N � .. i 4°SODIUM HYPOCHLORITE AND CHLORINE DIOXIDE SYSTEMS-��=`f*� cam i3- U'>4YP.85HY uwvR, Sv1i@k.Yi DISINFECTION BUILDING SECTIONS Lubbock FOR aWORTMTEXAS Id1W&3764 1 Yr rHox�: elr-Msr�o [Ax-al�siaxs�s TBPE N0. E-1l L 000 gv� rn ... .......... . .................... ... -- .............. . . . . ................. . ........... m 0 ilk ITR 0 alp lig Iz— — R p CITY OF LUBBOM TEXAS i il , NORTH WATER TREAThG!bff PLAM Ay s�ypMUTDVENUMS PROJECT NO.2 ELECTRIC& 46 f 5SODIUM HYPOCHLORITE AND CHLORINE DIOXIDE SYSTEMS It DISINFECTION BUILDING POWER PLAN T s 45 W164 r__—wuca ~� --mow 0� �s L---_2&$N ---__ i I I as I I � I I I ---------------------------------- ---------- -------------- r� i!t ITY OF LUBBOCY, TEXAS F Q NORTH WATPR TRPATNUM PIANP11 gll' d4 t >E AWAOVEMEMPROJ=NO.2 1. 9/re MRWDUMREVM� .2 INSfRUMENTATIDN b V2'gy '�� pr.p a PROCESS M7D INSTRUAI£NTATDN OWCRAl15 J" �;ry��M�� SODIUM HYPOCHLORITE STORAGE Lubbock WIIR 9/)!]016 tCA Fy f.4Y�Mb il-➢Fl-Ot MI �1� n N m m m m z n m z r j Js' gi ���---- — — — ----------------------�� --R4 3� 1 ®MAR] I I I I I I s a I 2Y ------------------------------J I YGS� I A Nix, q i I ------------------------------------,W &P r—HO"Mw -------------------- -- ®® ® ------------------ & $i F MY OF LUBBWK, TEXAS az - p� NORMWAMlREATMENTPLAM 9 ® , g r y DdMOvENDam PROD=aM- 2 PRINSTRLWENTAWN WE a e�sxa mnz 111 OCESS D INSTRUMENTATON DNCRAIAS r`t`�t�rhd twrwernscw nrnnw {� SMD CHLORITE STORAGE IUbbOCIi �oPr+i�% I M m m m m z n m 0 z r =r--- -------------- -p!!E- F- r----- ---------- ----------- L------------------------------ I I J I "figs � P I $ I � I I �s-----------------------------------» p�inricaMAN T CITY OF LUBBOCY, TEXAS q NORIHNDWE REATaffiTNO, NI AtPROVPbffi71S PROIECTND.2 t 4 IB OFR tOpREM.N W. PNM INSTRUMENTATION w OtitE _ nENgar BT - e�cr�s°P'�'ara nsrs b W 01 PROCESS MID INSTRUMENTATON DIAGRAMS a..' �y pT umtuNlvu mnuvG was» A p6s HYDROCHLORIC ACID STORAGE Lubbock! q g I I I I I � I I I I I � I CITY OF LUBBOCK TEXAS NORTH WATER TREATMENT PLANT agROVLENTSFROJEC NO.z INSTRUMENTATION PROCESS AND INSTRUMENTATON DIAGRAMS CHLORINE DIOXIDE GENERATION SYSTEM Wn fhFP' Y/illp�8 Ii,�i q1 USEA; IYbYu MXQ snos: a+ns.�sms�. narssw waranassr Zrx+sm�ouxa RkiQYF MkNOF-1'A) Fa%BkStNUfi6 Note: These drawings are provided for reference only. I I 0-4 Jill ! I i it— - — - — — - - --I 'i-- ------ A-0-0sow.,EaIIa/n1GCL0l1Urw,FvaPawPX,wtAallraeo�mrXI r la . I t II it l � !i l l o I I �' lOOIX. mavluurX X11X1EOE + rAM anXOE t[1W I I --- i -�' .AEa-aaO•I i m g X.►u.Ean"`�a`insrea,awX m $ Z----------- eras CITY OF LUBBOCK, TEXAS Q BLACK A �EATCH „p E�E.�� wg� SOUTH NEATER TREATMENT PLANT s„�ay.ivadd..w. 'ri V V r 88 F XipYEX�W Ei XtItIM X. ]Ell wit iE:✓ffttXO M9 tET.1p# ffri{ M= F a -`�' - 9 s' i P a TD P,wwu.a,�maara s+EaE* m: mrarwo.r-roman aXE+:Xw mtuwr. "t' SDDIYA! HYPOCHLOWTE FEED SYSTEM 7 SHEET 1 OF I Ig pATNI 1 1 t ii 1 � 3 ' w.5».Eol ruc n+� sn-Eor uunEEo t--- rw EN.ot rua rw rnaw uEwrw I! . 1 � ------------------------;---� a� kte- 1 � ii it m N i "n i m z n a.2 a 01 10 Y 98 R z CITY OF LUBBOCK, TEXAS t=71 BIACKAVEA H E p ti m gll a : SOUTH WATER TREATMENT PLANT $m0 yr<�% Ygs �, �� X[LtIM S. XIEIt a,E m,rraa .r+.r:rn+a rays ., a oA„' nan ro. ,ara,+aom+rw. aa: rw mutea,s{.�. N E i P 3 IA � SADIUM NYPACNEAAITE FEED SYSTEM �,�c�>a„%r�a ilk a..+n,sv,x+. vsrmroa:re:a.v wa_XeaW.me SHEET 2 OF 4 E ' 5 aar*m: ,rerweo ®: Er,Bp _w E.ew ,rx wE nc«e - ,ra nxn awna AoorI I a t i ro emweE uw p : � I 03•M1R y 001 Dlsm QaR M® I!S!f i J� •1NTRl! TM7 r ` � � o 9 ` aFTt9fI1M) R/li OfJ1A11PC 9UCTIpM Ofillq OETATL I AM ADM A mw00.4rfrc I �•�rc � � ( � ro c.aar � I o wr f� Farr ( I I I I I rmr• • � I f � ,•Axc-rnc.f s ar rrox c m ammr IAm-sow# Lit. i I r' �'' I I ro sro•ofnr I 1nmro,a•nv,• I ( i i r® a•ro co PM, u I frwocwraf f"' W a f ( � W I PI.eO, LJ I q N I A 11e01 �� h VV 4h ( • IlOO• CMwwrml a.,wx.a.fo-e—IN ( wrt a ft» c r700• J gym• � f-xAxa,c-r u I 0 � Ts c II•f• '�N10C'�'>n' e Iao• am/a r,.x lerofory I �, r rmrf ( softy fOfTl{IIFMW W aws•a•Y t-IN/CdtYD.f V1 M100�ldlflt J!m aralo Na, ew ''.. �fNfAYi 011(IY17 Aom: Mr4terofll( f, as "= a w1w rfao, Am t I '. ., arras ccoe m 1wa bltOtf eiMmllrt•tl fufm. ', A Im•f a. MI OhiI01e R.1Rl1Y, xux ltl r•®r1 011Y w rK aeaiafo All ¢l2: •, m,fNletl m xriw!•o t • onalrrar x m. AWS �. 00tt OWMAY OtlIM Rip, As IlW 1AC Alert• Af0 OWS. tewits w •Ofa w Ai mtllrR•I. akY Am r AOfd1m Ov Txi IS10. •. a0DlgY IIr1VW.OVTi 1fiHVM /f•O lW.'1lOY rfrtM DMLL lE /10,//® µq p1 SWZW HYPOCNLORITE FEED SYSTEM ro alsrr cwrnraaar.r cowRwo rlur ne wrr•rA+, ncr rAma. .. a73ar rrc rtrr a trove• two xm 1Niom tx. f, wax af✓tt 1f6nt• a1I1 RTiV. la me t•xa 1•. r tw ru► PIPIA e. •iv ro6'170 AWm. a, emrc m Iw Farr a aae wt IMallL f010! mrroe.tnt. Y6Yt IfrrAe arw.c ! TSTTD4 FOR REFERENCE ONLY �'�"'^ FWTO.e�" ��"'° PID20 WET 00 OF 402 re t,oAf•r TAw a flfr rAer far Arlowd amr : Irro mw fort t nnP oatAwAws WW ffaf•III MIt ; )• g rlfl• 1T,IIIVd tMt KIT L SGC75 PIPIA9 OEilitT.IitOE �� c1Q L.�7lCi tIl<! �t i In Mff t own i i I I I I I I R � y N / Af1G0 CP14, I 2 W i L.! TO Mf•Mr I '—U 1fI teta-! _I�eC-one•Inwav xT OAdIPMr1G1 J W - -' �PPXA eo wim r� � uaw ON OMM M01 AM AIM, oeuoxoe ,w. e•R • t. Mr0! cm a ow U•.te! omwa Wm. aEnlx•re iM S. FO9 AWM CLIATT', wfl6 rM M,rU! my I w •M1faa — M4 mm ml6lvJt •orm. _ I. teC�L WYrAeI C[.cm S^ At IfOl Md CfehTt M NIIPL l I== OM IOC) M Ar r4AVAv •/, MrYl rcn MY AOr of 110fq!®a 11111 IITe. btrk ,ro 9WAN HYPQMORnT F® SYSTEY e. emrw Mrtoo'lwn emv,m tu) •uTtaY —M S ' w naltl® �f M a CCVTIMi MV affMO Ma rft •AYIS" VMwr TAW. n rws n•+ PR4 Wr e. a&" M PIK • UICI[J info VIM POSAM co r, wtY1 .9IIfLL fBIW A91 lArBT f/61 fAW Ltl�. IJ eenl fN Itln �1'1011ll. efV i6170 AO. t. fo w PA raf f o Af aat At ro or a /f•P evrrt "W a6Yr YBiTOd FOR REFERENCE ONLY '� w °m"•�drw� "`""°`r"°"' PID27 e's r� No Text No Text not Lmrer aanwn maLr� rwK Iwr augfoo uu C4 'w rac I ES: 1. W Lawm tM ~row mz IfLa. 2. ALL lYt19 01aII N! w L11121Y OII@ILT.� wrm. )- r01 O4H11q C(MIiY. -W W M.NBFAS I OILY ID w soparA K�1, 044" anOwn low, .. 4=4 awZ aura,. !&:M Afw. ctwr, wn *W01M Lt or Ka a, oM EpOfIMdr1rLoM Iwt rLfD. a. roan vufe w soK rww s � •stn rrrm� rLcps. �. NM rN[ KrLIETJt LEIEI, 10 PlCtR6 >a` 2Rrlar iwp. r, uan nnw me 11KY! w wue twM a /Rt MOK rrxlaKO naM. wns "AW M M.2i w ctm OWK, mn s mw momw OWN c rtaw O9eNrfOY bur CM-o" jvoM °a° wmrmL c .m21 aaaurra u ur-sw Yo - `C1CtUK CtflMrt MY iMR =IW MORATE FEED SnMW ssrr ,... nlar oaarar ororms uarr w me armLroe emm"M urn av-m> � t r7mr ro araurE wcu<us saewrmr uur �.Lw �, _ ®r FOR REFERENCE ONLY PID29 ShEEr 0 OF. 402 J m NAM veam MY Tw w YIIO! YIDIu, QLaMR ary rAflr A �Iau ld4C./R,a AOr ]RABIC ACm aV/ TArR A AIDaY a'/C�OI.al.f IYIaY Aw swim w MY -) •aorw asaMre rT®xAr aDr ,•..¢.,,a, , tour v..mN Bmuae - yy� !UlRTW I ,• Y Yllr Caf-qi 1•.IAI.CIR.T r,s W.OHI.[aIDtID6 • i oN AIDaf c wlN.rlar nrnr DA•-DDa • d 11 Mil I 1 1 1 { 1 ' 1 IMIl�{Y 1 1 _ �D4[IGtlC ACID 1 1 urtgllA61YI 1 1 1 1 1 ------------- � 1 1 1 CHlORIldE DIOXIDE QEHERATIOV! lbNIT CDf-BOt (BY OTHERS) 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 t 1 1 1 1 ; 1 1 1 r r t 1 1 { 1 r'�-�-' ro MNwic Arab A �IaiT Ca'OAIA16Yf AY fa0/) r'-�w m.>rx m >Imrw �..�. 0IRA0107 MFA AKA :.aaa•Aro.a m oxalAr fT\ GRAMM at DZSO~ wean wrar awnr r•-Alc.a I YD r. ■es Imo a.Y alaaAor Ariar RO rwu. ar awra: Drroa,ne a. MR CODI Il DII , Vf% 0TAO ^WI ADtMY bMlt< 11[ AN4AQ IAw[A YRdf u1B101lr AOTm. I. Al1DiD IfI1Q.f iM Ola1M Dfa� NIIN'1 �YAR �OM91 awa s Drt� n n[ wlvAcnAa{ a{Y AORCT M FOR REFERENCE ONLY 76Y704 PID30 R 3t > Q g QA . 5 i 14uuuuu 1 -------------------------- i----------- ------------------- ------------------------- I 8 88 0 m m ;u L ---� m m o------------- z $ol 'N Q CITY OF LUBBOCK, TEXAS p µg a - a SOUTH WATER TREATMENT PLANT A d ID CHLORINE DIOXIDE FEED SYSTEM w SHEET 2 OF 2 wairaE a. IwcEvs ams 4uL c �1� raver �, imw.a�1 � a vrErr a�..rE. "� M[LLIM E. BIEM. rrwaai�ra�aoaariw lb. E �wnunollno.IwE �nr army «e�¢�+nol Nrr (L�-EOf lq/f f/ MI[lRa Mw.N M M W wm10[ 0401�IMY IMr1 mliEt MZ4trltr MtE wranic orara oeeurra rwn CI-OOt NIM/M PlM1Mt C/Or/K YB[Mrlp Y/II uM-!OS WYl01 NAEl' acanc wm1aE 96®E\rIM urlr [W-OBf IEIr ISIIIf6Sl�F ovEorl.E wmra EErrn+rra Wl r mr-Eet FM aaEw�o a It .� r roA / raA lees fCAI.fO fOM eOYtO — /er �oD n m /J111M6/ AtlM /wr1I6! AM. sAm n alrr >fivn n +• rAw a, 5sarls , tW.• Ifr=_' Vie= ' 4T 9 M444 T, ��� � LJ�� ,1�1 .,—..... inn❑ mi msr ,- 1�1■ III' - _ ."ice I� ■� _J niniiiui nnnip ruin i i a iWini �nnininl II ._ Ate,' f I�__T' �i '!!. rrll ! I■ Is u tee: ■ ■ � rrr �. W lr. SN WM}eY, AOT Att eeono¢ Ie SU wtx6. IIITOA/i AO AAUHANMCNr TMI( reIIlfi. Ipr! AO wAwrd F! IAOn. AlIP 7D /tm OeWAV IAA RT.AIti. 4. /1ANrm w ou"Ae R 7me11I IM1Otl/IDr, xMw Amtrlrt, .Me pnaC X10 Meer. aAvnAe W^IAeNMr e'ac MUM Y11 M A KPOW MM !r � 0. w ams a+n6e.. M ewrno R OTC eftf0. J. fwr Jr aM Reo *tow OR[&! AMe I'm PoA L ouw w/R, =I NI ,rO 01w Io OTer M. CKweAE et6 M A. 1 +AT A4 M cost M am YNHMRM/. /lffl J-Q CPf1IMMTpA wren. ..� 9 Tray ex ras � oxirn 1[ r� oc•es.r roax �nw tuc v aeAn=ot we rte wrsn.�rrmt M ALr .�COP)� LINE A Y a a t.i Awe n mnr nrrmu n FOR REFERENCE ONLY «1104re. J-C7 Skf6T 216 OF 402 l: / -` mal�r � � ii .•-0• rmoa�awri ... ef® wla• •.a. iaeta. M rA r nare.ar fWfI MA A w9rLw ANW4al11re ,�¢ c rvn ar rAw r rnsw6 j srir.r iMI+rD1 or _/ r e»v mao. r+v war ro v � rmmro Arta rrms am— ml oolv arm•a II v 7Y. wwrcr r+w mow, Ae fllr Ji7 ra" /AIIT. � artur ornat tv 700tM !� 115Ttl! rer nai 7Yirdr mrrcra k s•n• enm Ao=w rar01 ram ,tl. JPIQPUCAMMIN +• awt wwr, ro ABl G r. q WtN ra'li r ur nns �r m T°s I! �I airtnrrrru AT'i•et 7!e m I �.w'ey II L� Jjll vo Sy Clot MiisNw ptlim iris wr.uer ti•wcArr r® r - Jf � i r i AlF rem AAu 1 I 1 A w A,t. LJ r-I L, r-,I r-i LJ LJI +T� rman roroar. ��?� f 3�' � ill i�� �: i ►_ r7 L r. � rrvu�a tssw a ar�rr J.a. 7. ra M aA.m•, Au O'07G4rm Iflale. V1WtaW^M * malts ar uiw raw eorrcA, K+m Aae alMlrvd Aw+ sort. Aet� ro r.r. a+a.[ra ra arwne. 7. POI Ltn Di AMMWArraf so J.p. .. DW rAW Bale WJ4ftY 3 W.+ MWaW aaoom wARiQa roe Armm RA.. wr rmrwa ap rA lelmc. f. raaFtim etJUAH1r 114 mm er caw" mow r1"M Wra (frra am DwF .Y Oh/nwCifw. FOR REFERENCE ONLY n +«car awns to v ran eo. 78f704 J-C2 SHFET id � 4A2 r Uj�iTly71IU L—J L--JII11 I! 0. 0° p n$ �- -------- ---- - _ — � _ ,It9 LINE A z• aAa nwwva .• E. t".00 i• r dne CAlLD, ttt a arx. I I I I I r wlpAArr r e.At "c Ca I rWrlrel n a• n a• CPVC' CASt� r Wle rnwa•M A o ant t\snlw 'i3 � Crc a anr.ae 11 1 OILt Ca a s/x.ab I I I I nw mt a xx.aw >• araw.an i i ii A. 4"T. i tlt a aMr,00 a 0• 31 H H i I N H y fJTIID L[!Ya xm.m • tl�.p• 11 II I I Tl11 t0. EWmtl a•- C71: : 6. rJw a -- rM i I 1H � /'AGi ay ! * � I{ OOLII atiRal' Lr.1W 0 . awnl llai.00, � t `� .OP. I i 1 1111 1 11 a• r ✓t r-0• TVT A• 111WN L6 • Left WITTMS rv.to -� YeR00 E g rr - eft rWl//lw � LTll 1 I I I II I I ro ---- nS . ME Mua N SLvrm C v a• m ' ! J e• OWN II II L II �1�r r t Cy 0.� �. m n ® tYI) \ Rif R�tAx i i I i I I r . iJar aver iv : I'AAK rWI ,atlT wiutltllua r l % .__. Wlefn miR O ' i xm.ro / wN[ w i1 g ' , r wla�W WEwM tlwr rAwt f it ' i I i i ro /AL I� i i S m . Mr — Ommor SIT T4 ' aTbw. I I ` N ! _ - ' ,, I-1 II� II it N n ' 16 . ; , r. lo)w aIIQA. (i.11/rr1', IDT ALL r MOC f �`1WW�. = /NLM[ «,f III III 111 I I I I I I I I _ r.e0 i ! 1 \ area.al, r u! TIT Illr^11 *. . f i Wa rAw i0ir[fi, Xw'n AIW _,� frrtue T,w.,M -- n n `,\\\ ,'Wf I I II I I I I 1 a (i + d, .arlra AR Wia1N. AVM m n10 LIML.@ f0'I NTAnt, 8,00.00 I I Ll 2 I I I I I xm.eo I xbb. de rNYt So m f:i S. ror o• arMDr r1NR waKi, %' ro LJ --Ss*!E- a-is�-�3 I M tri%,.y. AID MT rrr M6 w¢L �! a xa.m. 1 Q r I I I I III I I i,bw.W 10m I f CY�Y fr-P a. ALL Sma" lr IIa iIWD AID tmiTlalf m m ®D1Mrf0 in i aeelplr M}OLYtMlrt 1%1 -_-__ ,, _ it 166.00 I pN. g tal I 11 — aex I I It16a. W I I r Sr. A 000 wrrrr R01rAilrr HtlwaWRO. tl, AVAW rNW Nibs At 0WWr11d To afm I'va Ow ww ama i-d (�i i ` L � \` J' ````\ II� tl ~ I i I I l4ee. n H F m N. Of H�� y y 11fAla f IILIla. r• IIwL lkll tAOHWf. L III I I I f'-tl• I I 1 I I i q F"� 6. at" W.PP" ro a WIY20 .. i.mafll wwlil. F1TOD m tWIA1Jwl AAwI ' T..p. I I /'.B' a'. • I I I I ' I T xtltl,.ero my Ostrom m m m" m m I, mtRa, 1xae. Ol Lm. It 1 rrrluW LIN a 1r' N0a1. i n.ra ; T f m rw all i {WRw AD lal fAlB D11I.L m SwfaRM All>t xlaclwe ONTO WIDUKTC! l ' tl• _ St p ® M r 3100,00 - m AtlV.E. 1 rW MIN J than IItl11l r A[ilOWJa �! I I I I I I 1! ftt t I fi•-a• 01A. w .^)_ V- A El w-AtWr rCW _ "Wam� U Saw aUlN L SM M1w 1- A wirM OnOrwn, ba M w.00 wl 11 1 7Awf Lro 'M][S�! m wWIWq ,M rovna Y -WDTRCI llbt tr 1rW xa.r. m aura Wm— a1lu mtour® or rxr fnt `--' - ii ii i a xa.rT atone WaIW aWwrnW xv Ao 1,16T,wLdw AXIS r1r 1a. a ,max .aa 6i ;1; ; � � wri - , � a rrr oawrAa�vr .rt. o ` I I i I rn i• tp e r.OKIwM1. CtwrNlMBrr aMUI / I E; I i it 1 I xaA,ap, x�.ao .00 fnL r 8 y F WILL GLOfi al?RMY. SO 1-f xm.bo X 4.1 •I I I I I 1! N H WWI p-tl mll L9wr~TrWI. I I I I i t x 31Ww tl1 I I I I I _e - M S- r 319w. • p �, 4 M II ! 1 �! I II I I I I I I � I11wU•M " • 0 I ��! I I I I tTa I -, �M a4Wr xN.be Lr m r r4 orA. a.ee TftCX m 1awi [TIT. a ruma/ [] W `�..�[+i 1■w � � a N Pff avatt" I i w' i it II rf"� !aB.00% ■ �.((yI J VI: Y � •. 1 I f rnt aww B1A. O'Do"E rAW MIi r 8x tL BI • r• 1 I xa,eo o 3 �{ !!L I I II I I H x afM.r t11 WE H PIKE fr IRrllt !LLr1We R�TAME I I I I r Mqw quM �I Y ���111 000 Aap ftlt __ arir.00 I I I I I I nl �! r I'.d i i• a fa1lwa(oll iriw tow f1AVWe 01Df nw i xm.ae �! i i i I I Afi/e1It6 i b f l Ti W R gwMIWW ItaKi K. —a IIII I I I I I 1 WfISIwt - g A r-14 u! I I II r aawtpe towVFA �� nW 81 m n l.ae 11 I I i u ff61 �I P1 q i r Gana a1WI A• MlM r awn nr a a1pa. wi • '• rI1WtHr LaIaDTE r C a xaa.eb ORxew.m xw.K TM qAmr Ti AI WAI A I1DIGliIW M GGa�Gaaia - - 611 _ s --mo _ `�[��f•_-__ - r=-ivy_-e.-uva� mssamvvm=xvnav�v�_a �Y RwR? _�_- _- -- _ •' a rlwa a WWir w.a 16S i r aVX nn w Ili PwA"OM 1w aSf Cj �WYt DW Slm.w Larlllf n 0 A a ilbe ptl altr t'- -P-r ' � ` "" FOR REFERENCE ONLY m' 181704 SECTIUM r SECTION a xw .o 277 of 02 E7