Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2011-R0549 - Contract - Siemens Industry Inc.- LAH Water Supply Project, Chlorine Dioxide - 12/01/2011
Resolution No. 2011-80549 December 1, 2011 Item No. 5.7 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. 10151 for Lake Alan Henry water supply project -south water treatment plant -chlorine dioxide procurement package, by and between the City of Lubbock and Siemens Industry, Inc. of Sarasota, Florida, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on December 1, 2011 TOM MARTIN, MAYOR ATTEST: Rebebca Garza, City Secret ry APPROVED AS TO CONTENT: M"L�� /N J� W Marsha Reed, P.E., Chief Operations Officer APPROVEP AS TO FORM: Cha6 Weav , Assistant City Attorney ww:ccdocs/RES.Contract-Siemens Industry, Inc. October 6, 2011 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE 12/01/2011 CITY OF LUBBOCK SPECIFICATIONS FOR LAKE ALAN HENRY WATER SUPPLY PROJECT SOUTH WATER TREATMENT PLANT CHLORINE DIOXIDE PROCUREMENT PACKAGE RFP 11-10151-MA CONTRACT # 10151 PROJECT NUMBER: 6349.8111 Plans & Specifications may be download from THE BIDSYNC.COM 20 t I - pZUsy 9 ub'ock TEMAS CITY OF LUBBOCK Lubbock, Texas City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 11-10151-MA Before submitting your proposal, 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. 1. ✓ Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL FORM. Proposal 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 offeror binds himself on acceptance of his proposal to execute a contract and any required a 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 4 Unit Price and the Extended Total for a Proposal 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. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 3. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 4. Ensure your proposal is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late proposals will not be accepted. 5. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Proposal. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. Siemens Industry, Inc. (Type or Print Company Name) INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 3-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. SPECIAL CONDITIONS 9. SPECIFICATIONS NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP 11-10151-MA 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 3:00 P.M. on September 29, 2011or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "LAKE ALAN HENRY WATER SUPPLY PROJECT SOUTHWATER ATER TREATMENT PLANT CHLORINE DIOXIDE PROCUREMENT PACKAGE" After the expiration of the time and date above first written, said sealed proposals will be opened in the City Hall, Council Chambers, and 1625 13th ST Lubbock, TX 79401 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 3:00 P.M. on September 29, 2011, and the City of Lubbock City Council will consider the proposals on November 3, 2011 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 successful proposer will be required to furnish 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 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 $50,000. Said statutory bonds shall be issued by a company carrying a current Best Ratins< of "A" or better. The bond must be. in a form accented by the City Attorney and must be dated the same as the Contract Award date. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offeror 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 September 14, 2011 at 10:00 a.m., in Council Chambers, Lubbock, Texas. Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. In the event of a large file size, please a patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. 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 t 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, Narta ACvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS . 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish LAKE ALAN HENRY WATER SUPPLY PROJECT -SOUTH WATER TREATMENT PLANT -CHLORINE DIOXIDE PROCUREMENT PACKAGE per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 p.m. September 29, 2011 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: "RFP-11-10151-MA, LAKE ALAN HENRY WATER SUPPLY PROJECT -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: s Marta Alvarez, Director Purchasing & Contract Management City of Lubbock 11 1625 13th Street, 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 Instructions to Offerors will be considered responsive and evaluated for 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 10:00 a.m.. September 14. 2011. in the Council Chambers, City Hall , Lubbock, Texas. 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 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 is available over the Internet at www.bidsync.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. r 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at http://www.bidUnc.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 considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than seven (7) 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. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully 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. 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 Contract 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 seven (7) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS i 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. 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 during 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(b) 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 full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 CONFLICT OF INTEREST 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. 8.1 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. 9 CONTRACT DOCUMENTS 9.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 9.2 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. 10 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties 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 noted in the Notice to Offerors. 01 11 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 11.1 It is the intent and purpose of the City of Lubbock that this request permits competitive fill 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 seven (7) calendar days before the proposal closing date. A review of such notifications will be made. ■ Marta Alvarez, Director of Purchasing & Contract Management City of Lubbock Purchasing and Contract Management Office 1625 13`h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsvnc.com 12 TIME AND ORDER FOR COMPLETION See SPECIAL CONDITIONS, Paragraph SC-2. 13 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 14 MATERIALS AND WORKMANSHIP 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. 15 GUARANTEES 15.1 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). 15.2 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. 15.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third 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. 15.4 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. 16 TEXAS STATE SALES TAX 16.1 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. 16.2 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. 17 INSURANCE 17.1 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 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 N IN each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. PREPARATION FOR PROPOSAL 18.1 The Proposer shall submit his Proposal on forms furnished by the City. All blank spaces in 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 proposal item, the unit price will be taken. A proposal that has been opened may not in the changed for the purpose of correcting an error in the proposal price. 18.2 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 firm, 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. fl 18.3 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: 1 18.3.1 Proposer's name Siemens Industry, Inc. 18.3.2 Proposal RFP-11-10151-MA LAKE ALAN HENRY WATER SUPPLY PROJECT - SOUTH WATER TREATMENT PLANT -CHLORINE DIOXIDE PROCUREMENT ti 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. , 18.4 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. 19 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: g (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. 1 (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. 20 QUALIFICATIONS OF OFFERORS Specific requirements for submittal of qualifications with offeror's proposal are outlined in the special conditions. 21 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. 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 Specifications. The factors to be included in the evaluation process are delineated in the SPECIAL CONDITONS paragraph, SC-5. 22 SELECTION 22.1 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. 22.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER 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. 22.3 The City shall select the offeror that offers the best value for the City based on the published 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. 22.4 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. 22.5 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 23. ANTI -LOBBYING PROVISION 23.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND 3 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. 23.2 This provision is not meant to preclude proposers from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential proposers, assure that contract decisions are made in public, and to protect the integrity of the proposal process. Violation of this provision may result in rejection of the offeror's proposal. r�i PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: 9j27j11 PROJECT NUMBER: I 1-10151-MA -LAKE ALAN HENRY WATER SUPPLY PROJECT - SOUTH WATER TREATMENT PLANT - CHLORINE DIOXIDE PROCUREMENT PACKAGE Proposal of Siemens Industry, In.c . (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of the LAKE ALAN HENRY WATER SUPPLY PROJECT - 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 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. Offeror will furnish the equipment and provide services in accordance with the Contract Documents for the following lump sum and unit prices. No. Item Description Unit Ouantity Unit Price Item Total 1 2 3 4 5 Mobilization Fee Lump Sum Equipment Rental Monthly Charge 60 Service Cost Purate Delivery Monthly Charge 60 Pounds 635,000 Demobilization Fee Lump Sum TOTAL PROPOSAL PRICE (Add Items I through 5) i _ 16 $15,000.00 $3,500.00 $210,000.00 $2,000.00 $120,000.00 $0.6340 $402,590.00 $8,000.00 $ q VFYJ 1��M $7551590.00 Offeroes Initials Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 18 of the General Instructions to Offerors. - r. 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 sixty (60) calendar days after the j scheduled closing time for receiving proposals. 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 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. L� Offeror's Initials H SIEMENS Industry City of Lubbock Texas October 13, 2011 Marta Alvarez — Director of Purchasing & Contract Management City Hall — Council Chambers 1625 13" St Lubbock, TX 79401 Dear Ms. Alvarez: Siemens originally quoted the SVP Pure AD-M16 generators because the bid specifications called specifically for mechanical (chemical feed) metering pumps. An AD-M16 generator is the smallest capacity SVP Pure unit built that offers mechanical metering pumps. Its production range capacity is 4 to 35 Ibs per hour C1O2 which fits needs for the average MGD and maximum MGD ranges for the plant. However, In order to accommodate further turn -down at low plant flows, Siemens would like to quote the SVP Pure AD-S5 generators with a production range capability from 0.675 to 11.0 Ibs/hr C1O2 instead. Siemens can supply the SVP Pure AD-S5 generators at the same price we quoted in lieu of the AD-M16's, excepting that the mobilization fee will be reduced from $20,000 to $15,000. Please note this generator model option comes with solenoid metering pumps (i.e., Walchem solenoid pumps, and not mechanical metering pumps). In addition, please note the following clarifications: Siemens, at its expense, will provide and install the last approximately 5 feet of connection pipes / fittings to connect the generators at install pad. Construction contractor must install piping systems to within 5 feet of the generator install pad. Siemens, at its expense, will provide the Ethernet connectivity module to the generator's PLC. The SVP Pure AD-S5 generator includes the Siemens S7-226 PLC (and Siemens MP277 Touch -Screen), which comes with an Ethernet port. The Ethernet connectivity module provided will be the Rockwell Automation Ethernet/IP Communication Interface Model No. 1761-NET-ENIW or mutually agreeable suitable equivalent approved by the project consulting engineer. The Ethernet connectivity module attaches and is integrated with the generator's PLC. All other clarifications and exceptions in the original bid response remain the same. Siemens reserves the right to modify the reference P&ID included in the bid response package. With Best Regards, LeRoy W. Graham Sr. Sales Representative Siemens Industry, Inc. Municipal Services Business Unit Siemens Industry, Inc. 2650 Tallevast Road Tel: +1 941-355-2971 Sarasota, FL 34234 Fax: +1 941 359-7985 USA www.siemens.com/water Page 1 of 1 SIEMENS Industry City of Lubbock Texas October 13, 2011 Marta Alvarez — Director of Purchasing & Contract Management City Hall — Council Chambers 1625 13" St Lubbock, TX 79401 Subject: Lubbock, TX — Lake Alan Henry Water Supply South Water Treatment Plant Chlorine Dioxide Procurement, RFP 11-10151-MA Contract #10151 Project Number: 6349.8111 EQUIPMENT LIST Siemens will provide two standard SVP-Pure® AD-S5 chlorine dioxide generators each with a Model 265 eductor capable of producing from 0.675 to 11 Ibs / hour of chlorine dioxide, and anything in between, accommodating the requirement for 250 Ibs / day chlorine dioxide per generator and meeting the specification requirement of 30 psig discharge pressure. One generator shall serve as duty and one as back-up for redundancy. The Equipment specification sheet is attached as well as a process flow diagram. The Advanced Design (AD) model utilizes solenoid chemical feed / metering pumps, an advanced PLC (Siemens S7-226 PLC) with Ethernet port to control operation and monitor interlocks, and requires 78% sulfuric acid and Purate®. Please see the Technical Bulletin for the AD -Access PLC attached to this document for more detail about the PLC. This system meets the clients specifications with the exceptions noted further below. In addition to the generators, Siemens will also provide: • One (1) booster pump skid with two (2) Grundfos CRE booster pumps with integral VFD • One (1) Optek chlorine dioxide analyzer (Optek Model No. C4222/AF26) with CI02 sensor (0-4000 PPM) • One (1) Rockwell Automation Ethernet/IP Communication Interface Model No. 1761-NET-ENIW or equivalent mutually agreed and approved by the project consulting engineer. • One (1) set of spare parts as specified in Section 11729, 1-4 NOTE: See the attached P&ID. Q110919MFM1 ri Page 1 of 13 Template Rev. 717/11 SIEMENS Industry LIST OF EXCEPTIONS/CLARIFICATIONS Section 11115 — Centrifugal Pump Part 1 — General 1-1 Scope - One (1) pump skid will be provided, which shall include one (1) duty and one (1) standby pump to supply water to both generators. 1-2.01 General Equipment Stipulations — Siemens takes exception to Section 01610 General Equipment Stipulations, 18 Programming Software. No printed or electronic copies of the PLC or OIT programming will be supplied for the generator or the water booster pumps. The code is locked and not available for editing by anyone but Eka for safety reasons. Eka will provide documentation for interface with the generator and control system. 1-2.02 Tagging - No exception 1-2.03 Power Supply - No exception 1-3.01 Drawings and Data - No exception 1-4 Delivery, storage, and handling - No exception 1-5 Manufacturer's field services - No exception 1-6 Operation and maintenance data and manuals - No exception 1-7 Quality Assurance - No exception 1-7.01 Balance - No exception Part 2 — Products 2-1 Service conditions - No exception 2-2 Performance and Design Requirements - Only one (1) pump skid will be provided, which shall include one (1) duty and one (1) standby pump to supply water to both generators. 2-3 Acceptable Manufacturers - No exception 2-4 Materials - No exception 2-5 Pump construction - No exception 2-6 Accessories - No exception 2-7 Integrated Adjustable Frequency Drive Motors - Siemens shall be providing a Grundfos CRE water booster pump with an integrated Variable Frequency Drive motor and pressure sensor. 2-8 Primary Pump System Controller and User Interface - Siemens takes exception to this section. The control system provided will be a single panel with selector switch with run indicator lights. Pump skid shall be started by a remote dry contact from the generator skid panel. 2-9 Sequence of Operation - Siemens takes exception to this section. The pumps will be set to a standard running rate and spare arrangement with manual switching between pumps. The pumps have a built in pressure sensor and variable frequency drive motor that will operate the pump at a constant output pressure. The local control panel will have a selector switch to determine which pump runs on the start command from the generators. Local RUN indicator lights will be provided. (To meet the requirement for a single wiring point for 480V, a single pump skid containing both motive water booster pumps will be provided. Local disconnects will be provided for both booster pumps for a single wiring connection.) 2-10 Shop Tests - No exception Part 3 — Execution 3-1 Installation - No exception 3-2 Field Inspection and Tests - No exception 3-3 Training - Training on the booster pumps will be provided by Siemens. Section 11729 — Chlorine Dioxide Generators Part 1 — General 1-1 Scope 1-1 a No exception 1-1 b Only one (1) pump skid will be provided, which shall include one (1) duty and one (1) standby pump to supply water to both generators. Q110919MFM1r1 Page 2 of 13 Template Rev. 7/7111 SIEMENS Industry 1-1 c There is no pressure reducing skid required for the system proposed. 1-1d One Optek chlorine dioxide analyzer will be provided on the common C102 discharge line. Signal will feed back to both generators. 1-1e Only piping and valves within the generator itself will be provided. Any piping, valves, wiring, etc. outside the generators will be provided by construction contractor. 1-1 f through 1-1 o No exception 1-1.01 Work by Others — Siemens is not responsible for anything in this section. But please note that stainless steel is not suitable for 78% sulfuric acid, unless the tank is lined. 1-2.01 General Equipment Stipulations - No exception 1-2.02 Single Chlorine Dioxide Feed System Manufacturer - No exception 1-2.03 Anchor Bolts and Fasteners - No exception 1-2.04 Power Supply - No exception 1-2.05 Technical Specifications - No exception 1-3 Submittals - No exception 1-4 Spare Parts and Special Tools - No exception Part 2 - Products 2-1 Feed Conditions - No exception 2-2.03 Chlorine Dioxide Generation Units — The AD-S5 generator uses solenoid chemical feed / metering pumps rather than mechanical, motor driven metering pumps. 2-3 Furnish and Deliver Sodium Chlorate (Purateo) - No exception 2-4.01 Sulfuric Acid Piping - Sulfuric acid piping and all other piping inside the generator cabinet are SCH80 CPVC. The same applies to all valves and fittings. Carpenter 20-Cb3 is not provided. 2-4.02 Sulfuric Acid Vent and Overflow Piping - No exception 2-4.03 Chlorine Dioxide Solution and Sodium Chlorate Piping - No exception 2-4.04 Service Water 3 inch and smaller - No exception 2-5 Valves - All external valves shall be provided CONSTRUCTION CONTRACTOR. 2-6 Electrical Requirements — No exception 2-7.01 Controls — No exception 2-7.02 Wiring - No exception 2-7.03.01 Design Criteria - No exception 2-7.03.02 General - No exception 2-7.03.03 Magnetic Flowmeters, Signal Converters, and Accessories - The magnetic flow meter is integrated into the generator provided and is standard to the system. 2-7.03.03.01 Magnetic Flowmeter - The magnetic flow meter is standard to the generator being provided. 2-7.03.03.02 Magnetic Flowmeter Signal Converters — The magnetic flow meter is integrated into the generator being provided and is standard to the system. 2-7.03.04 Pressure Gauge — No exception 2-7.03.05 Pressure Switches — No exception 2-7.03.06 Chlorine Dioxide Analyzers - Siemens will supply an Optek chlorine dioxide analyzer (Optek model no. C4222/AF26) with C102 sensor (0-4000 PPM). 2-7.04 Programmable Logic Controllers - Normal communications between the chlorine dioxide generator unit PLC, the unit OIT, and the overall Plant Control System will be available. The PLC and OIT code is locked and not available for editing by anyone but Eka for safety reasons. The following tables list exactly what communications are available. Anything not listed will not be available. Q110919MFM1 r1 Page 3 of 13 Template Rev. 7/7/11 SIEMENS Industry Read and write addresses for generator control Name Format Address Length Dewrlptfon 'One shot' data to set rate; System will verify rate Machine Set Rate Real VD940 4 and adjust Measurement is oven in whatever units are selected Obfhr for English, kg/hr for Metric) Flow Pacing Dosing Real VD352 4 *One shW data to set flow pacing dose — ppm-, System will verify and adjust Machine Start/Stop Boot MO.5 BOO] Set to I — for start; Set to 0 to stop Machine Alarm Boot I MO.2 Booll -One Shur to clear alarm; System will reset Wit to Acknowledge 10r Read only for generator monitoring Name Format Address Length Descriation Reactor Vacuum Real VD956 4 Measurement is given in whatever units are selected ifini-la for English, mmHg for Metric) Machine Water Flow Real VD952 4 Measurement is given in whatever units are Rate selected (GPM for English, CCH for Metric) Flow Pacing Target Real VD992 4 Measurement is given in whatever units are Stream Flow selected (MGD for English, I/sec for Metric) Calculated Real VD960 4 Only with locally connected analyzer— calculation Production Rate is given in whatever units are selected (lb/hr for English, kcghrfor Metric) Measured PPM Real VD24 4 Only with locally connected anaWz--r — given in C102 ppm- Calculated chlbrate Real VD384 4 Only with locally connected analyzer— given in Conversion percent Efficiency Machine Status ShingChar V03112 7 'RUNNING', 'STANDBY-, -ALMSTF-, ".SUSPEND' , WAITING' -OrrBYPS' Set Rate Mode StringChar VB1420 6 'Manual'or4-20ma" StarUStop Mode StrinuChar VB1450 6 'Manualff or 'Remote Totalizer Value Real VD1808 4 Measurement is given In whatever units are selected (lb for English, kg for Metric) 0110919MFMlrl Page 4 of 13 Template Rev. 7/7/11 SIEMENS Industry Alarm Details for remote alarm monitoring Alarm Point Boolean Register Alarm Notes Shutdown Alarm M1.0 Flow Alarm Low M6.0 Flow Alarm Low Low M6.1 Vacuum Alarm Low M6.2 Vacuum Alarm Low Low M63 Efficiency Alarm Low M6.4 AcW Pump Fault Alarm M7.0 Drive requires local reset PLC Hardware Error M7-1 Vacuum Signal Error M7.3 Unit Start -Up Flow AJarm M7.4 Unit Start -Up Vacuum Alarm M7.5 Run permissive svAtch M7.6 Manual Stop Button M7.7 Purate Pump Fault Alarm M8.0 Drive requires local reset Dilution Water Pump Fault Alarm M8.1 Drive requires local reset Loss of Chlorine Dioxide Produdon M8.2 2-7.04.01 Coordination with Plant Control System (PCS) Network 'The only PLC addresses that will be available to the Plant System Supplier are listed inthe tables included above. Anything not listed will not beavailable to beaccessed by the Plant Control System. 2'7.05 NebworhSvatema—BiemenatakeoexcentiontoUlia section. All hardware and software for the network oyoterno for the chlorine dioxide generation unit Computer Control System will not be supplied. The only additional hendvvavm supplied is the Rockwell Automation Etherne0P Communication Interface Model No. 1761-NET'EN|VV. 2-7.06 Operator Interface - Siemens takes exception to this section. Ekaotandanj {J|Tdesigns will be supplied. 2'7.07 Programming ' Siemens takes exception to this section. No printed or electronic copies of the PLC orO|Tprogramming will be supplied. The code is locked and not available for editing by anyone but Eka for safety reasons. Eka will provide documentation for interface with the generator and control system. 2'8 Shop Painting The cabinet will bmprovided with the standard Ritta|paint system aoused standard byEka. 2'9 Shop Tests —Noexception 2'10 TroiningRequinemento—Noexception Part 3 — Execution No exception Q110919MFM/rl Page 5 of 13 SIEMENS Industry Section 11728 — Chlorine Dioxide Generator Installation Part 1 - General 1-1 Scope — No exception 1-2 General - A demineralization unit is not required. A single motive water booster pump skid will be supplied as noted earlier. Part 1 — Execution No exception Q110919MFM1 ri Page 6 of 13 Template Rev. 7/7/11 SIEMENS Industry PROCESS DESCRIPTION The SVP-Pure® Chlorine process combines Purate® (a stabilized pre -blended solution of sodium chlorate 40% by weight and hydrogen peroxide 7-10% by weight) and 78% sulfuric acid, providing the optimum acidity and reaction efficiency. The AD models utilize 78% acid directly in the process. The generator is capable of consistently producing chlorine dioxide with a yield efficiency of 95 percent based on the stoichiometric reaction as follows: [NaC1O3 +1hH2OJ + 1/2H2SO4 4 C1O2 + Y2 02 + 1/2Na2SO4 + H2O [4.16 Ibs Puratel + 5 Ibs 78% Acid 4 1.0 Ibs of C1O2 @ 95% Efficiency Chemical feed pumps transfer the Purate® and 78% sulfuric acid under vacuum into the reaction chamber. Inside the reactor the chemicals react to produce chlorine dioxide, oxygen, sodium sulfate and water. The products are then drawn out of the reactor under vacuum into a water slip stream. The water used to drive the eductor also dissolves the chlorine dioxide gas produced into the eductor stream to form a solution at concentrations between 200 and 3,300 mg/I for delivery to the points of application. The unit requires 100 psig regulated fresh water feed with pressure relief at the inlet of the unit. The exact inlet pressure can be increased, if backpressure is a problem, but must not exceed 150 psig. To achieve high conversion efficiencies of sodium chlorate a slight excess of hydrogen peroxide and sulfuric acid are fed. The chlorine dioxide produced contains small amounts of peroxide and sulfuric acid. The peroxide rapidly decomposes to oxygen and water. Small amounts of un-reacted sulfuric acid exit the reactor with the product and consequently lower the process water pH to between 1- 3. Magnesium oxide, sodium carbonate or caustic may be added to adjust the pH if required. Yield Determination Analysis Yield shall be determined as the ratio of chlorine dioxide, chlorite and chlorate generated to the theoretical stoichiometric maximum. The yield shall be demonstrated by an amperometric analysis capable of differentiating between chlorine, chlorine dioxide, chlorite and chlorate. The theoretical stoichiometric 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 II, 4500-CIO2E. Q110919MFM1 r1 Page 7 of 13 Template Rev. 7/7/11 SIEMENS Industry QUALIFICATIONS Siemens is a financially sound global corporation with the personnel to execute the Chorine Dioxide (C1O2) contract for the City of Lubbock, Texas. The Municipal Services division of Siemens Industry, Inc. is headquartered in Sarasota, Florida. The Disinfection Group's service center is located in Cedar Park, Texas just north of Austin, Texas. The people within the disinfection group that will be responsible for executing the Lubbock, Texas contract are: • Glenn, Holden, Director of Sales, Disinfection — Chlorine Dioxide (based in Houston) • Ed Martens, Global Project Engineering Mgr. Chlorine Dioxide • Jeff Wood, Branch Manager, Cedar Park, Texas Service Center • LeRoy Graham, Sr. Sales Engineer (TX — certified on Eka SVP Pure and Purate® products) • Greg Beckstrom, Sr. Technical Specialist (TX / LA — certified on Eka SVP Pure & Purate products ) • Glenn Goode, Service Engineer (TX) • Billy Ivy, Service Engineer (Austin, TX) • Ramon Hoyuela, Service Engineer (TX) • Todd Ray, Service Engineer (Southern OK) • Bobby Owings, Sr. Service Engineer (Southern Region — certified on Eka SVP Pure & Purate products) Siemens Industry, Inc. Municipal Services Disinfection Group has significant experience installing, starting up and training operators on the Eka system. 70% of the high end components in the Eka systems are Siemens components (PLC, touch screen control panel, electronics, pressure transmitters, magmeters, etc). Our group provides also ongoing preventative maintenance, applications support and troubleshooting support to our clients. Jeff Wood who will be directing the installation, start up, training, operation and maintenance is certified by Eka to also train service engineers on the Eka systems and to conduct the inspection of the Eka. Chlorine Dioxide generator installation and to approve the installation for safety compliance, start up and operation. Siemens Industry, Inc. is Eka's largest distributor / technology licensee on Purate® and SVP Pure systems. For a number of years we have successfully installed and maintained multiple fully integrated Eka systems and various C1O2 feed systems. We supply Purate and have logistics capabilities of also sourcing sulfuric acid. Siemens has a number of customers using the Eka systems that we have supplied and continue to service and maintain. This includes as a sampling Raymondville, TX; El Paso, TX (4 systems); Jasper, AL; Evergreen, CA (3 systems); Appomattox, VA (2 systems). All of our Eka systems in TX are based on use Purate and 78% sulfuric acid. Siemens Industry, Inc. Municipal Services disinfection group also has significant expertise in treating potable water end to end with over 50 combined years of experience on surface water in Texas (over 80 C1O2 systems installed and serviced in Texas), and we understand the regulatory and analytical side of the business working closely with TCEQ and USEPA. Siemens Industry, Inc. also has over 10 years of experience with the Optek C1O2 optical analyzers and sensors that are key components of the Siemens / Eka SVP Pure equipment and the Siemens Millennium III chlorite based C1O2 systems. We were the first to commercialize the optical analyzer approach with Optek in Germany near the Siemens AG technical and piloting center. We also have recently obtained patents on the interface of the optical analyzers with chlorite based C1O2 PLC systems. Siemens is also set to introduce later this year a new on-line chlorite residual monitor / analyzer. This will be coupled with our commercially available amperometric and membrane based on line C1O2 residual analyzers. In addition we have recently introduced a new on-line real time C1O2 air monitor. Our analytical expertise in the C1O2 field is quite expansive. Q110919MFM1 r1 Page 8 of 13 Template Rev. 7/7/11 SIEMENS Industry Siemens Industry, Inc. maintains a fully dedicated chlorine dioxide equipment, chemicals, service and C1O2 accessories business, with a dedicated staff having analytical and engineering expertise to solve multiple water treatment problems. We are the key C1O2 generator supplier across the State of Texas with vast experience treating varying raw water sources and potable water across the state of Texas. Purate® Description Purate (and its blended ingredients sodium chlorate and hydrogen peroxide) is manufactured by Eka Chemicals in its dedicated Columbus, Mississippi factory and distributed / sold by Siemens Industry, Inc. to the municipal water industry under a long term technology license and preferred strategic distributorship agreement between Eka Chemicals and Siemens Industry, Inc. Purate has Federal and State of Texas EPA registrations for potable water treatment. Purate has NSF 60 Certification (attached). The ANSI NSF 60 certifications can be updated / copied from the NSF website. The Columbus, MS plant address where Purate is manufactured and shipped from is shown in the attached ANSI / NSF 60 certification. Purate is delivered by Siemens Industry, Inc. using Eka Chemical bulk tank trucks, located in Columbus, MS, that are dedicated for deliveries of Purate only. Installation and Startup Services Siemens will provide a representative during the installation and startup phase of the equipment. One trip for installation services is included for five (5) full days onsite. A separate trip for start up services is also included for three (3) days onsite. Training Services A Siemens representative having complete knowledge of the operational and maintenance requirements of the system, will provide 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 to answer questions. Preventative Maintenance and Monitoring Services A Siemens service engineer will visit the site to perform routine maintenance on the generator, optimize chemical dosing, conduct generator efficiency testing and provide a written report. On -site routine maintenance service will be scheduled in advance and include, but not be limited to the following: • Provide monthly maintenance and optimization services to the Chlorine Dioxide generator. Routine Service shall include but not be limited to: 1. Review plant logs and operation of Chlorine Dioxide treatment. 2. Check the equipment for leaks or malfunction. 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 generator. 24 hour technical phone response is included in the price of the program. If issue cannot be resolved over the phone, a service engineer shall be available to the site within 48 hours of the request. of 10919MFM1r1 Page 9 of 13 Template Rev. 7/7/11 SIEMENS Industry Service Personnel Jeff Wood will be the primary service engineer responsible for the operation of the generators, with backup from Todd Ray. Jeff Wood — Branch Manager Experience: + 25 years of experience in the application of chlorine dioxide in water treatment, + 8 years in Eka Purate systems. Location: Bonham, Texas Jeff will be supported by a team of individuals that will include but not be limited to: Glenn Goode — Service Engineer Experience: Previous water and wastewater plant manager with 10 years of experience in the operation of water treatment plants and 10 years of experience in the application of chlorine dioxide Location: Austin, Texas Ramon Hoyuela — Service Engineer Experience: Boiler Technician and Diesel Technician Training, +8 years experience maintenance water treatment plant, +2 years experience with the application of chlorine dioxide. Location: Alton, Texas Leroy Graham — Disinfection Manager Education: BSC Chemistry & Math, and a Degree in Rubber Technology Years of Experience: + 23 years of experience in the application of chlorine dioxide in water treatment. Location: Palacios, Texas References Please find below a list of Siemens Industry, Inc. full service chlorine dioxide customers. Siemens Industry, Inc. currently provides chlorine dioxide precursor chemicals and or service to over forth (40) municipalities in the state of Texas. Additional references can be provided upon request. 1. City of Raymondville, Texas Eleazar Garcia, Jr., City Manager 956-689-2442 (1) Svp-Pure-AD Yrs. Svc. 3 Years City of Madisonville, Kentucky Keith Curneal, Superintendent 270-824-2145 (1) Svp-Pure-MSA Yrs. Svc. 3 Years 3. El Paso Water Utilities Public Service Board Fernando Rico. Jr., Water Supply Manager 915-594-5401 (3) Svp-Pure-AD Yrs. Svc. 10+ Years Q110919MFM1 r1 Page 10 of 13 Template Rev. 7/7/11 SIEMENS Industry 4. Evergreen Oil, Inc. — Newark, CA Mr. Thomas Slater, Co -plant Supervisor 510-812-8075 (1) Svp-Pure-AD Yrs. Svc. 5+ Years 5. City of Mission, Texas Mike Garcia, North Plant 956-580-8783 (2) Chlorine/Chlorite Manual Systems Yrs. Svc. 10+ Years 6. City of McAllen, Texas Mr. Javier Santiago, Water Systems Manager 956-681-1700 (7) Chlorine/Chlorite Manual Systems Yrs. Svc. 10+ Years 7. City of Abilene, Texas Mr. Donny Babney 325-676-6037 (4) Chlorine/Chlorite Manual Systems Yrs. Svc. 15+ Years 8. Red River Water Authority, Wichita Falls, Texas Mr. Ron Mullins 940-723-8699 (2) Chlorine/Chlorite Manual Systems Yrs. Svc. 2 Years 9. City of Port Arthur, Texas Mr. John Tomplait 409-983-3841 (2) Chlorine/Chlorite Manual Systems Yrs. Svc. 4 Years Q110919MFMir1 Page 11 of 13 Template Rev. 7/7/11 SIEMENS Industry CUSTOMER REQUIREMENTS A suitable site location for the generator protected from the elements. The unit must be shielded from direct sunlight and rain, and protected from electrical surges. If the site is not adequately protected the customer may be responsible for the cost of replacement parts that result from equipment damage caused by acts of nature such as lightning. Siemens requests the chlorine dioxide equipment to be located in a building with proper ventilation in a non -condensing environment. Operating temperature range is 40°F-104°F. The generation system and precursors should also be protected from freezing. For generator CDF-601: • Generator dimensions — 78"W x 36"D x 90"H • Power — 240VAC / 1 PH (provided within 3' of generator) • Drain — 2" (provided within 3' of generator) • Purate® (40%) — usage will vary based on the chlorine dioxide output rate setting of the generator • Sulfuric Acid (78%) — usage will vary based on the chlorine dioxide output rate setting of the generator For generator CDF-602: • Generator dimensions — 78"W x 36"D x 90"H • Power — 240VAC / 1 PH (provided within 3' of generator) • Drain — 2" (provided within 3' of generator) • Purate (40%) — usage will vary based on the chlorine dioxide output rate setting of the generator • Sulfuric Acid (78%) — usage will vary based on the chlorine dioxide output rate setting of the generator For pump skid containing both CBP-601 and CBP-602: • Power — 480VAC / 3PH (provided within 3' of generator) • Water — 24 gpm @ 30 psi All interconnecting piping, valves, wiring, conduit etc. between the pump skid and within 5 feet of the generators will be provided by CONSTRUCTION CONTRACTOR. Siemens will take care of the remaining piping, valves, wiring, etc. to the generator cabinets. See P&ID for additional details. Q110919MFM1 ri Page 12 of 13 Template Rev. 7/7/11 Attachment "A" Clarifications to General Conditions Of The Agreement: Article 25, paragraph 1 - delete - and replace in it's entirety with the following: Indemnity. Seller shall indemnify, defend and hold Customer harmless from any claim, cause of action or liability incurred by Customer as a result of third party claims for personal injury, death or damage to tangible property to the extent caused by Seller's negligence. Seller shall have the sole authority to direct the defense of and settle any indemnified claim. Seller's indemnification is conditioned on Customer (a) promptly, within the warranty period, notifying Seller of any claim, and (b) providing reasonable cooperation in the defense of any claim. Article 47 - add the following language as a new Article 47: LIMITATION OF LIABILITY. NOTWITHSTANDING ANYTHING ELSE TO THE CONTRARY, SELLER SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, PUNITIVE OR OTHER INDIRECT DAMAGES, AND SELLER'S TOTAL LIABILITY ARISING AT ANY TIME FROM THE SALE OR USE OF THE GOODS AND/OR SERVICES SHALL NOT EXCEED THE PRICE PAID TO SELLER THERFOR. THESE LIMITATIONS APPLY WHETHER THE LIABILITY IS BASED ON CONTRACT, TORT, STRICT LIABILITY OR ANY OTHER THEORY. Q110919MFM1 r1 Page 13 of 13 Template Rev. 7/7/11 SIEMENS INDUSTRY, INC. OFFICER'S CERTIFICATE I, Darryl L. Peake, Assistant Secretary of Siemens Industry, Inc., a Delaware corporation (the "Corporation"), do hereby certify on behalf of the Corporation that Jennifer Miller is Vice President and General Manager of the Municipal Services Unit of the Municipal Business Segment of the Corporation, and that in such capacity Ms. Miller has full power and authority to execute and deliver the Corporation's bid and all related ancillary agreements, documents and instruments for the supply, delivery and service of Chlorine Dioxide to the Lubbock Lake Alan Henry Water Supply South Water TP CL02 located in Lubbock, TX. IN WITNESS WHEREOF, the undersigned has executed this Certificate on the day of September, 2011. Darryl L. Peak` Assistant Secretary Pate Intentionally Left Blank o sr4 '90£s UNITED STATES ENVIRONMENTAi. PROTECTION AGENCY REGION 4 ATLANTA FEDERAL CENTER t 61 FORSYTH STREET ATLANTA, GEORGIA 30303.8960 SET'1'LEMEiNT CONFIDENTIAL UNITED PARCEL SERVICE Mr. Jack J. Masella Siemens Industry, Inc. 1900 N.W. Corporate Blvd. Suite 101-E Boca Raton, Florida 33487 SUBJECT: Summary of Show Cause Meeting Siemens Industry, Inc. Dear Mr. Masella: As a follow-up to our show cause meeting on May 18, 2011, the U.S. Environmental Protection Agency is providing you with a summary of the meeting and a list of action items. Based on the information gathered concerning the accidental release of approximately 335 pounds of sodium hypochlorite that occurred on January 28, 2011, EPA has identified the following violations: CERCLA Section 103(a), 42 U.S.C. § 9603 - Failure to immediately notify the National Response Center (NRC) after a reportable quantity of sodium hypochlorite was released on January 28, 2011. EPCRA Section 304(a), 42 U.S.0 § 11004 - Failure to immediately notify the State Emergency Response Commission (SERC) and the Local Emergency Planning Committee (LEPC) after a reportable quantity of sodium hypochloritc was released on January 28, 2011. After careful consideration of the information discussed in the show cause meeting, EPA calculated a base penalty of $17,700. For settlement purposes only, EPA reduced the penalty to $11,505 based on attitude and cooperation (including compliance status) and agreeing to settle within 90 days (see attached penalty calculations). At this time, Siemens Industry, Inc., has three options for proceeding in this enforcement matter. The three options are: Option #I - Full Payment of Penaltie Pay the entire proposed settlement penalty ($11,505) to the Treasurer of the United States of America after the Consent and Final Order has been filed (CAFO). Option #2 - Request a Hearing r After the Agency files an Administrative Complaint, you may request a hearing before an Administrative Law Judge. In this case you may bring an attorney to represent your position. EPA will tntemet Addross (URL) • http:I/www.aps.gov Reeycfed/Raayolabto . Pdntod wdh Vegetabto ad Based Inks on Recycled pver (Mtolmum 30% postconsumer) r- have an attorney to represent the Agency. In this situation, the Agency will seek the maximum penalty thereby eliminating any downward adjustments discussed previously in this settlement offer. Option #3 - Claim Inability to Pay Claim an inability to pay the penalty. This requires submission of a variety of financial substantiating documents to prove a position of inability to pay the proposed penalty. As stated above, EPA has offered conditional adjustments (e.g. compression of violations and corresponding penalty reductions) as an incentive to continued cooperation and expeditious settlement in this matter. To receive the full benefit of these adjustments, your continued cooperation is required throughout the entire enforcement process. If EPA at any time determines the company's future cooperation and responsiveness in this matter to be contrary to what was displayed during our initial negotiations or impedes closure of this matter, EPA retains its discretionary rights to rescind the settlement offer in its entirety or any portion thereof. While this is not our desired objective, in the event settlement adjustments are rescinded, EPA will immediately inform you of such decision. We look forward to your response regarding your selected option for settlement of this matter within two (2) weeks of your receipt of this letter. if you have questions please cat] Ms. Erika L. White at (404) 562-9195, or Mr. Robert Bookman at (404) 562-9169. Enforcement Section Enclosure N 3 SUMMARY OF EPCRA'VIOLATIONS AND PROPOSED PENALTY (SETTLEMENT CONFIDENTIAL) I. Facility Information: Siemens Water Technologies II. Penally Calculation Table Violation Chemical Quantity Pounds Matrix Cell Maximum Penalty Proposed Penalty CERCLA � 103 Sodium Hypochlorite 396lbs 1C $8,853 NRC - $8,853 EPCRA § 304(a) Sodium Hypochtorite 396 lbs 1C $17,706 SERC and LEPC $8,853 • Sub To $26,559 $17,706 Sub Total Rounded $17,700 Attitude (Cooperation) 21 $4,425 Attitude (Willingness to Settle - 90 days) $1,770 Small Business 15 $0 Total Adjustment Factors ($) $6,195 Final Proposed Penalty, $11,505 Final Proposed Penalty: $11,505 0 MARSH MARSH MERCER KROLL M� GUY CARPENTER OLIVER WYMAN October 4, 2010 Subject: Siemens Corporation Historical Experience Mod Rates Attn: To Whom It May Concern: Jeff itthinesmith Vice President Marsh USA Inc. 44 Whippany Road P.O. Box 1966 Morristown, NJ 07962-1966 973 4016113 Fax 973 401 5270 Jeffrey.Rhinesmfth@marsh.com www.marsh.com As broker for Siemens Corporation, we wish to confirm that they are covered for Workers' Compensation coverage through Travelers Indemnity Company of Illinois for the policy years October 1,1993 through October 1, 2002. For the policy period October 1, 2002-2003 to present day, Siemens is covered by Liberty Mutual Insurance Company. The following represent historical experience modification rates that have been provided by the NCCI and confirmed to Marsh through Liberty Mutual. State 10/1/98-99 10/1/99-00 10/1/00-01 10/1i01-02 California 0.79 .850 .800 .69 Interstate 0.83 1 0.8 .88 .91 Delaware 1.29 0.992 .95 .946 Pennsylvania 0.482 0.352 .351 .328 Michigan 1 0.61 0.59 .6$ .67 New Jersey 0.69 0.717 .59 .658 state 10/1/02-03 10/1/03-04 10/1/04-05 10/1/05-06 10/1/06-07 10/1/07-08 j 10/1108-09 California .820 .68 .87 .84 .63 .66 .66 Interstate 1.00 .98 .88 .77 .71 .68 .68 Delaware .901 .872 .889 .875 .876 .876 .876 Penns lvania .334 .527 .554 .662 .662 .643 .641 Michigan .680 .68 .68 1.06 .94 1.06 1.04 New Jersey .658 .698 .790 .749 .549 1.549 .549 State 10/1/09-10 10/1/10-11 California .83 .97 Interstate .63 .60 Delaware 1.065 .825 Pennsylvania .632 .627 Michigan .85 .49 New Jersey .492 .585 1AW IAVshSW*ta-t4nCan:anv% MARSH } MARSH MERCER KROLL MhiC GUY CARPENTER OUVER WYMAN Page 2 October 06, 2010 Siemens Financial Services, Inc. Should there be anything else you should need, please do not hesitate to call. Jeff Rhinesmith Client Advisor Casualty ceOcw�wm�aea Wea+a taeagsaempormaa�melaas+sua eraaknuIrooningCer.a•IONIC- brnafatdw SIEMENS Industry � City of Lubbock Texas September 27, 2011 Marta Alvarez — Director of Purchasing & Contract Management City Hall — Council Chambers 1625 13t" St Lubbock, TX 79401 Subject: Lubbock, TX — Lake Alan Henry Water Supply South Water Treatment Plant Chlorine Dioxide Procurement, RFP 11-10151-MA Contract #10151 Project Number: 6349.8111 EQUIPMENT LIST Siemens will provide two standard SVP-Pure® AD-M16 chlorine dioxide generators each with a Model 265 eductor capable of producing from 4 to 35 Ibs / hour of chlorine dioxide, and anything in between, easily accommodating the requirement for 250 Ibs / day chlorine dioxide per generator while also providing expansion capabilities and meeting the specification requirement of 30 psig discharge pressure. One generator shall serve as duty and one as back-up for redundancy. The Equipment specification sheet is attached as well as a process flow diagram. The Advanced Design (AD) model utilizes motor driven mechanical chemical feed / metering pumps, an advanced PLC Siemens S7-226 PLC) to control operation and monitor interlocks, and requires 78% sulfuric acid and Purate . Please see the Technical Bulletin for the AD -Access PLC attached to this document for more detail about the PLC. This system meets the clients specifications with the exceptions noted further below. In addition to the generators, Siemens will also provide: • One (1) booster pump skid with two (2) Grundfos CRE booster pumps with integral VFD • One (1) Optek chlorine dioxide analyzer (Optek model no. C4222/AF26) with C1O2 sensor (0-4000 PPM) • One (1) set of spare parts as specified in Section 11729, 1-4 NOTE: See the attached P&ID. In i� Q110919MFM1 L- Page 1 of 13 Template Rev. 7/7111 f �}} $ i $_ I SIEMENS hidustry LIST OF EXCEPTIONS/CLARIFICATIONS Section 11115 — Centrifugal Pump Part 1 — General 1-1 Scope - One (1) pump skid will be provided, which shall include one (1) duty and one (1) standby pump to supply water to both generators. 1-2.01 General Equipment Stipulations — Siemens takes exception to Section 01610 General Equipment Stipulations, 18 Programming Software. No printed or electronic copies of the PLC or OIT programming will be supplied for the generator or the water booster pumps. The code is locked and not available for editing by anyone but Eka for safety reasons. Eka will provide documentation for interface with the generator and control system. 1-2.02 Tagging - No exception 1-2.03 Power Supply - No exception 1-3.01 Drawings and Data - No exception 1-4 Delivery, storage, and handling - No exception 1-5 Manufacturer's field services - No exception 1-6 Operation and maintenance data and manuals - No exception 1-7 Quality Assurance - No exception 1-7.01 Balance - No exception Part 2 — Products 2-1 Service conditions - No exception 2-2. Performance and Design Requirements - Only one (1) pump skid will be provided, which shall include one (1) duty and one (1) standby pump to supply water to both generators. 2-3 Acceptable Manufacturers - No exception 2-4 Materials - No exception 2-5 Pump construction - No exception 2-6 Accessories - No exception 2-7 Integrated Adjustable Frequency Drive Motors - Siemens shall be providing a Grundfos CRE water booster pump with an integrated Variable Frequency Drive motor and pressure sensor. 2-8 Primary Pump System Controller and User Interface - Siemens takes exception to this section. The control system provided will be a single panel with selector switch with run indicator lights. Pump skid shall be started by a remote dry contact from the generator skid panel. 2-9 Sequence of Operation - Siemens takes exception to this section. The pumps will be set to a standard running rate and spare arrangement with manual switching between pumps. The pumps have a built in pressure sensor and variable frequency drive motor that will operate the pump at a constant output pressure. The local control panel will have a selector switch to determine which pump runs on the start command from the generators. Local RUN indicator lights will be provided. (To meet the requirement for a single wiring point for 480V, a single pump skid containing both motive water booster pumps will be provided. Local disconnects will be provided for both booster pumps for a single wiring connection.) 2-10 Shop Tests - No exception Part 3 — Execution 3-1 Installation - No exception 3-2 Field Inspection and Tests - No exception 3-3 Training - Training on the booster pumps will be provided by Siemens. Section 11729 — Chlorine Dioxide Generators Part 1 — General 1-1 Scope 1-1a No exception 1-1b Only one (1) pump skid will be provided, which shall include one (1) duty and one (1) standby pump to supply water to both generators. Q110919MFM1 Page 2 of 13 Template Rev. 717/11 SIEMENS Industry 1-1c There is no pressure reducing skid required for the system proposed. 1-1d One Optek chlorine dioxide analyzer will be provided on the common C102 discharge line. Signal will feed back to both generators. 1-1e Only piping and valves within the generator itself will be provided. Any piping, valves, wiring, etc. outside the generators will be provided by construction contractor. 1-1f through 1-10 No exception 1-1.01 Work by Others — Siemens is not responsible for anything in this section. But please note that stainless steel is not suitable for 78% sulfuric acid, unless the tank is lined. 1-2.01 General Equipment Stipulations - No exception 1-2.02 Single Chlorine Dioxide Feed System Manufacturer - No exception 1-2.03 Anchor Bolts and Fasteners - No exception 1-2.04 Power Supply - No exception 1-2.05 Technical Specifications - No exception 1-3 Submittals - No exception 1-4 Spare Parts and Special Tools - No exception Part 2 - Products 2-1 Feed Conditions - No exception 2-2 Chlorine Dioxide Generation Units - No exception 2-3 Furnish and Deliver Sodium Chlorate (Purate®) - No exception 2-4.01 Sulfuric Acid Piping - Sulfuric acid piping and all other piping inside the generator cabinet are SCH80 CPVC. The same applies to all valves and fittings. Carpenter 20-Cb3 is not provided. 2-4.02 Sulfuric Acid Vent and Overflow Piping - No exception 2-4.03 Chlorine Dioxide Solution and Sodium Chlorate Piping - No exception 2-4.04 Service Water 3 inch and smaller - No exception 2-5 Valves - All external valves shall be provided CONSTRUCTION CONTRACTOR. 2-6 Electrical Requirements — No exception 2-7.01 Controls — No exception 2-7.02 Wiring - No exception 2-7.03.01 Design Criteria - No exception 2-7.03.02 General - No exception 2-7.03.03 Magnetic Flowmeters, Signal Converters, and Accessories - The magnetic flow meter is integrated into the generator provided and is standard to the system. 2-7.03.03.01 Magnetic Flowmeter - The magnetic flow meter is standard to the generator being provided. 2-7.03,03.02 Magnetic Flowmeter Signal Converters — The magnetic flow meter is integrated into the generator being provided and is standard to the system. 2-7.03.04 Pressure Gauge — No exception 2-7.03.05 Pressure Switches — No exception 2-7.03.06 Chlorine Dioxide Analyzers - Siemens will supply an Optek chlorine dioxide analyzer (Optek model no. C4222/AF26) with C102 sensor (0-4000 PPM). 2-7.04 Programmable Logic Controllers - Normal communications between the chlorine dioxide generator unit PLC, the unit OIT, and the overall Plant Control System will be available. The PLC and OIT code is locked and not available for editing by anyone but Eka for safety reasons. The following tables list exactly what communications are available. Anything not listed will not be available. Q110919MFM1 Page 3 of 13 Template Rev. 717/11 SIEMENS Industry Read and write addresses for generator control Name Format Address Len-qm Desq lion 'One shot data to set rate, System will verity rate Machine Set Rate Real VD940 4 and anus#. Measurement is given in whatever units are selected 0b1hr for Enalisit k for Metric Flow Pacing Dosing Real VD352 4 *One shot data to set flow pacing dose — ppm, System will verify and adjust Machine StarMop Boos MD_5 Boot Set to 1—for start Set to 0 to stop Machine Alarm Booi M0.2 Boo! °Ors Shck to dear alarm; System will reset bit to Admowrled °0° Read only for generator monitoring Name Format Address Lenarth Description Reactor Vacuum Real VD956 4 Measurement is given in whatever units are selected finHg for English, mmHg for Metric Machine Water Flow Real VD952 4 Measurement Is given in whatever units are Rate selected (GPM for English, CCH for Metric) Flow Pacing Target Real VD992 4 Measurement is given in whatever units are Strewn Flow selected MGD for English, I/sec for Metric Calculated Real 1,AD960 4 Only with locally connected analyzer— calculation Production Rate is given in whatever units are selected (lb/hr for English, koft for Metric Measured PPM Real VD24 4 Only with locally connected analyzer— given in C1O2 ppm. Calculated chtorate Real VD384 4 Only with locally connected analyzer — given in Conversion percent Efficlen Macho Status StringChar VB3112 7 'RUNNING ; 'STANDBY, `ALMSTP-, `SUSPEND* °WAIT3NG" `OITBYPS° Set Rate Mode StrinclChar VB142D 6 `Manual' or 4-20me StarVStop Made SftfnqChad V5145D 6 rmanuar or 'Remote! Totalizer Vahe Real VD1808 4 Measurement is given in whatever units are selected (lb for English, kg for Metric) 0110919MFM1 Page 4 of 13 Template Rev. 7/7/11 SIEMENS Industry Alarm Details for remote alarm monitoring Afarm Point Boolean Register Alarm Notes Shutdown Alarm M1.0 Flow Alarm Low M6.0 Flow Alarm Low Low M6.1 Vacuum Alarm Low M6.2 Vacuum Alarm Low Low M6.3 Efficiency Alarm Low M6A Eftlency Alarm Low Ava M6.5 DecornDosition Alarm M6.7 Acid Pump Fault Alarm M7.0 Drive requires local reset PLC Hardware Error M7.1 Vacuum Signal Error M7.3 Unit Start -Up Flow Alarm M7A Unit Start -Up Vacuum Alarm M7.5 Run permissive switch M7.6 Manual Stop Button M7.7 Purate Pump Fault Alarm M8.0 Drive requires local reset Dilution Water Pump Fault Alarm M8.1 Drive requires local reset Loss of Chlorine Dioxide Production M8.2 Heat Exchan er Coolina Water Low Flow M8.3 2-7.04.01 Coordination with Plant Control System (PCS) Network - The only PLC addresses that will be available to the Plant System Supplier are listed in the tables included above. Anything not listed will not be available to be accessed by the Plant Control System. 2-7.05 Network Systems — Siemens takes exception to this section. All hardware and software for the network systems for the chlorine dioxide generation unit Computer Control System will not be supplied. 2-7.06 Operator Interface - Siemens takes exception to this section. Eka standard OIT designs will be supplied. 2-7.07 Programming - Siemens takes exception to this section. No printed or electronic copies of the PLC or OIT programming will be supplied. The code is locked and not available for editing by anyone but Eka for safety reasons. Eka will provide documentation for interface with the generator and control system. 2-8 Shop Painting - The cabinet will be provided with the standard Rittal paint system as used standard by Eka. 2-9 Shop Tests — No exception 2-10 Training Requirements — No exception Part 3 — Execution No exception Q110919MFM1 Page 5 of 13 Template Rev. 717/11 SIEMENS Industry Section 11728 — Chlorine Dioxide Generator Installation Part 1 - General 1-1 Scope — No exception 1-2 General - A demineralization unit is not required. A single motive water booster pump skid will be supplied as noted earlier. Part 1 — Execution No exception Q110919MFM1 Page 6 of 13 Template Rev. 7/7/11 SIEMENS Industry PROCESS DESCRIPTION The SVP-Pure® Chlorine process combines Purate® (a stabilized pre -blended solution of sodium chlorate 40% by weight and hydrogen peroxide 7-10% by weight) and 78% sulfuric acid, providing the optimum acidity and reaction efficiency. The AD models utilize 78% acid directly in the process. The generator is capable of consistently producing chlorine dioxide with a yield efficiency of 95 percent based on the stoichiometric reaction as follows: [NaC103 +'/2H2O2] +'/H2SO4 _> CI02 + % 02 +'/2Na2SO4 + H2O [4.16 Ibs Puratel + 5 Ibs 78% Acid 4 1.0 Ibs of C102 @ 95% Efficiency Chemical feed pumps transfer the Purate® and 78% sulfuric acid under vacuum into the reaction chamber. Inside the reactor the chemicals react to produce chlorine dioxide, oxygen, sodium sulfate and water. The products are then drawn out of the reactor under vacuum into a water slip stream. The water used to drive the eductor also dissolves the chlorine dioxide gas produced into the eductor stream to form a solution at concentrations between 200 and 3,300 mg/I for delivery to the points of application. The unit requires 100 psig regulated fresh water feed with pressure relief at the inlet of the unit. The exact inlet pressure can be increased, if backpressure is a problem, but must not exceed 150 psig. To achieve high conversion efficiencies of sodium chlorate a slight excess of hydrogen peroxide and sulfuric acid are fed. The chlorine dioxide produced contains small amounts of peroxide and sulfuric acid. The peroxide rapidly decomposes to oxygen and water. Small amounts of un-reacted sulfuric acid exit the reactor with the product and consequently lower the process water pH to between 1- 3. Magnesium oxide, sodium carbonate or caustic may be added to adjust the pH if required. Yield Determination Analysis Yield shall be determined as the ratio of chlorine dioxide, chlorite and chlorate generated to the theoretical stoichiometric maximum. The yield shall be demonstrated by an amperometric analysis capable of differentiating between chlorine, chlorine dioxide, chlorite and chlorate. The theoretical stoichiometric 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. Q110919MFM1 Page 7 of 13 Template Rev. 7/7/11 SIEMENS Industry QUALIFICATIONS Siemens is a financially sound global corporation with the personnel to execute the Chorine Dioxide (C102) contract for the City of Lubbock, Texas. The Municipal Services division of Siemens Industry, Inc. is headquartered in Sarasota, Florida. The Disinfection Group's service center is located in Cedar Park, Texas just north of Austin, Texas. The people within the disinfection group that will be responsible for executing the Lubbock, Texas contract are: • Glenn, Holden, Director of Sales, Disinfection — Chlorine Dioxide (based in Houston) • Ed Martens, Global Project Engineering Mgr. Chlorine Dioxide • Jeff Wood, Branch Manager, Cedar Park, Texas Service Center • LeRoy Graham, Sr. Sales Engineer (TX — certified on Eka SVP Pure and Purate® products) • Greg Beckstrom, Sr. Technical Specialist (TX / LA — certified on Eka SVP Pure & Purate products ) • Glenn Goode, Service Engineer (TX) • Billy Ivy, Service Engineer (Austin, TX) • Ramon Hoyuela, Service Engineer (TX) • Todd Ray, Service Engineer (Southern OK) • Bobby Owings, Sr. Service Engineer (Southern Region — certified on Eka SVP Pure & Purate products) Siemens Industry, Inc. Municipal Services Disinfection Group has significant experience installing, starting up and training operators on the Eka system. 70% of the high end components in the Eka systems are Siemens components (PLC, touch screen control panel, electronics, pressure transmitters, magmeters, etc). Our group r ` provides also ongoing preventative maintenance, applications support and troubleshooting support to our clients. Jeff Wood who will be directing the installation, start up, training, operation and maintenance is certified by Eka to also train service engineers on the Eka systems and to conduct the inspection of the Eka Chlorine Dioxide generator installation and to approve the installation for safety compliance, start up and operation. Siemens Industry, Inc. is Eka's largest distributor / technology licensee on Purate® and SVP Pure systems. For a number of years we have successfully installed and maintained multiple fully integrated Eka systems and various C102 feed systems. We supply Purate and have logistics capabilities of also sourcing sulfuric acid. Siemens has a number of customers using the Eka systems that we have supplied and continue to service and maintain. This includes as a sampling Raymondville, TX; El Paso, TX (4 systems); Jasper, AL; Evergreen, CA (3 systems); Appomattox, VA (2 systems). All of our Eka systems in TX are based on use Purate and 78% sulfuric acid. Siemens Industry, Inc. Municipal Services disinfection group also has significant expertise in treating potable water end to end with over 50 combined years of experience on surface water in Texas (over 80 C102 systems _ installed and serviced in Texas), and we understand the regulatory and analytical side of the business working closely with TCEQ and USEPA. Siemens Industry, Inc. also has over 10 years of experience with the Optek C102 optical analyzers and sensors that are key components of the Siemens / Eka SVP Pure equipment and the Siemens Millennium III chlorite based C102 systems. We were the first to commercialize the optical analyzer approach with Optek in Germany near the Siemens AG technical and piloting center. We also have recently obtained patents on the interface of the optical analyzers with chlorite based C102 PLC systems. Siemens is also set to introduce later this year a new on-line chlorite residual monitor / analyzer. This will be coupled with our commercially available amperometric and membrane based on line C102 residual analyzers. In addition we have recently introduced a new on-line real time C102 air monitor. Our analytical expertise in the C102 field is quite expansive. Q110919MFM1 Page 8 of 13 - Template Rev. 7/7/11 SIEMENS Industry Siemens Industry, Inc. maintains a fully dedicated chlorine dioxide equipment, chemicals, service and C1O2 accessories business, with a dedicated staff having analytical and engineering expertise to solve multiple water treatment problems. We are the key C1O2 generator supplier across the State of Texas with vast experience treating varying raw water sources and potable water across the state of Texas. Purate' Description Purate (and its blended ingredients sodium chlorate and hydrogen peroxide) is manufactured by Eka Chemicals in its dedicated Columbus, Mississippi factory and distributed / sold by Siemens Industry, Inc. to the municipal water industry under a long term technology license and preferred strategic distributorship agreement between Eka Chemicals and Siemens Industry, Inc. Purate has Federal and State of Texas EPA registrations for potable water treatment. Purate has NSF 60 Certification (attached). The ANSI NSF 60 certifications can be updated / copied from the NSF website. The Columbus, MS plant address where Purate is manufactured and shipped from is shown in the attached ANSI / NSF 60 certification. Purate is delivered by Siemens Industry, Inc. using Eka Chemical bulk tank trucks, located in Columbus, MS, that are dedicated for deliveries of Purate only. Installation and Startup Services Siemens will provide a representative during the installation and startup phase of the equipment. One trip for installation services is included for five (5) full days onsite. A separate trip for start up services is also included for three (3) days onsite. Training Services A Siemens representative having complete knowledge of the operational and maintenance requirements of the system, will provide 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 to answer questions. Preventative Maintenance and Monitoring Services A Siemens service engineer will visit the site to perform routine maintenance on the generator, optimize chemical dosing, conduct generator efficiency testing and provide a written report. On -site routine maintenance service will be scheduled in advance and include, but not be limited to the following: • Provide monthly maintenance and optimization services to the Chlorine Dioxide generator. Routine Service shall include but not be limited to: 1. Review plant logs and operation of Chlorine Dioxide treatment. 2. Check the equipment for leaks or malfunction. 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 generator. 24 hour technical phone response is included in the price of the program. If issue cannot be resolved over the phone, a service engineer shall be available to the site within 48 hours of the request. 0110919MFM1 Page 9 of 13 Template Rev. 717/11 SIEMENS Industry Service Personnel Jeff Wood will be the primary service engineer responsible for the operation of the generators, with backup from Todd Ray. Jeff Wood — Branch Manager Experience: + 25 years of experience in the application of chlorine dioxide in water treatment, + 8 years in Eka Purate systems. Location: Bonham, Texas Jeff will be supported by a team of individuals that will include but not be limited to: Glenn Goode — Service Engineer Experience: Previous water and wastewater plant manager with 10 years of experience in the operation of water treatment plants and 10 years of experience in the application of chlorine dioxide Location: Austin, Texas Ramon Hoyuela — Service Engineer Experience: Boiler Technician and Diesel Technician Training, +8 years experience maintenance water treatment plant, +2 years experience with the application of chlorine dioxide. Location: Alton, Texas Leroy Graham — Disinfection Manager Education: BSC Chemistry & Math, and a Degree in Rubber Technology Years of Experience: + 23 years of experience in the application of chlorine dioxide in water treatment. Location: Palacios, Texas References Please find below a list of Siemens Industry, Inc. full service chlorine dioxide customers. Siemens Industry, Inc. currently provides chlorine dioxide precursor chemicals and or service to over forth (40) municipalities in the state of Texas. Additional references can be provided upon request. City of Raymondville, Texas Eleazar Garcia, Jr., City Manager 956-689-2442 (1) Svp-Pure-AD Yrs. Svc. 3 Years 2. City of Madisonville, Kentucky Keith Curneal, Superintendent 270-824-2145 (1) Svp-Pure-MSA Yrs. Svc. 3 Years 3. El Paso Water Utilities Public Service Board Fernando Rico. Jr., Water Supply Manager 915-594-5401 (3) Svp-Pure-AD Yrs. Svc. 10+ Years Q110919MFM1 Page 10 of 13 Template Rev. 7/7/11 SIEMENS Industry 4. Evergreen Oil, Inc. — Newark, CA Mr. Thomas Slater, Co -plant Supervisor 510-812-8075 (1) Svp-Pure-AD Yrs. Svc. 5+ Years 5. City of Mission, Texas Mike Garcia, North Plant 956-580-8783 (2) Chlorine/Chlorite Manual Systems Yrs. Svc. 10+ Years 6. City of McAllen, Texas Mr. Javier Santiago, Water Systems Manager 956-681-1700 (7) Chlorine/Chlorite Manual Systems Yrs. Svc. 10+ Years 7. City of Abilene, Texas Mr. Donny Babney 325-676-6037 (4) Chlorine/Chlorite Manual Systems Yrs. Svc. 15+ Years 8. Red River Water Authority, Wichita Falls, Texas Mr. Ron Mullins 940-723-8699 (2) Chlorine/Chlorite Manual Systems Yrs. Svc. 2 Years 9. City of Port Arthur, Texas Mr. John Tomplait 409-983-3841 (2) Chlorine/Chlorite Manual Systems Yrs. Svc. 4 Years Q110919MFM1 Page 11 of 13 Template Rev. 717/11 SIEMENS Industry CUSTOMER REQUIREMENTS A suitable site location for the generator protected from the elements. The unit must be shielded from direct sunlight and rain, and protected from electrical surges. If the site is not adequately protected the customer may be responsible for the cost of replacement parts that result from equipment damage caused by acts of nature such as lightning. Siemens requests 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. The generation system and precursors should also be protected from freezing. For generator CDF-601: • Generator dimensions — 78"W x 36"D x 90"H • Power — 240VAC / 1 PH (provided within T of generator) • Drain — 2" (provided within 3' of generator) • Purate® (40%) — usage will vary based on the chlorine dioxide output rate setting of the generator • Sulfuric Acid (78%) — usage will vary based on the chlorine dioxide output rate setting of the generator For generator CDF-602: • Generator dimensions — 78"W x 36"D x 90"H • Power — 240VAC / 1 PH (provided within T of generator) • Drain — 2" (provided within 3' of generator) • Purate (40%) — usage will vary based on the chlorine dioxide output rate setting of the generator • Sulfuric Acid (78%) — usage will vary based on the chlorine dioxide output rate setting of the generator For pump skid containing both CBP-601 and CBP-602: • Power — 480VAC / 3PH (provided within 3' of generator) • Water — 24 gpm @ 30 psi All interconnecting piping, valves, wiring, etc. between the pump skid and generators will be provided by CONSTRUCTION CONTRACTOR. Dry contact wiring and conduit from the generator to the pump skid shall be provided by CONSTRUCTION CONTRACTOR. See P&ID for additional details. Q110919MFM1 Page 12 of 13 Template Rev. 7/7111 i_ Attachment "A" Clarifications to General Conditions Of The Agreement: Article 25, paragraph 1 - delete - and replace in it's entirety with the following: Indemnity. Seller shall indemnify, defend and hold Customer harmless from any claim, cause of action or liability incurred by Customer as a result of third parry claims for personal injury, death or damage to tangible property to the extent caused by Seller's negligence. Seller shall have the sole authority to direct the defense of and settle any indemnified claim. Seller's indemnification is conditioned on Customer (a) promptly, within the warranty period, notifying Seiler of any claim, and (b) providing reasonable cooperation in the defense of any claim. Article 47 - add the following language as a new Article 47: LIMITATION OF LIABILITY. NOTWITHSTANDING ANYTHING ELSE TO THE CONTRARY, SELLER LA SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, PUNITIVE OR OTHER INDIRECT DAMAGES, AND SELLER'S TOTAL LIABILITY ARISING AT ANY TIME FROM THE SALE OR USE OF THE GOODS AND/OR SERVICES SHALL NOT EXCEED THE PRICE PAID TO -} SELLER THERFOR. THESE LIMITATIONS APPLY WHETHER THE LIABILITY IS BASED ON CONTRACT, TORT, STRICT LIABILITY OR ANY OTHER THEORY. 0 01 8 i Q110919MFM1 Page 13 of 13 Template Rev. 7/7/11 -, Eka Chemicals Inc. Purate® 1775 West Oak Commons Ct T+1-770-321-7700 Marietta, GA 30062 F +1-770-321-5847 www.purate.com Technical Bulletin Introduction to Purate® - Technology Introduction This guide provides basic information about Purate® chlorine dioxide technology from Eka Chemicals. This document discusses the chemical formulas to generate chlorine dioxide (CI02), as well as the details including the footprint of chlorine dioxide generator. It will also provide information how to select, install, set up and run a Purate® chlorine dioxide generator. Purate® Chemistry Purate® is the Eka Chemicals patented aqueous solution comprised of 40% sodium chlorate (NaC103) and less than 8% hydrogen peroxide (H2O2). As shown in Equation 1, the other precursor chemical in the reaction is sulfuric acid. For more detailed information regarding the chemistry, please refer to the technical bulletin — Purate® Stoichiometry. Purate® C102 Generators Purate® is used to describe a particular style of generators manufactured specifically for the Purate® blend of chemicals to produce chlorine dioxide. Purate® and sulfuric acid are fed to a reactor inside the generator using chemical metering pumps. Rev. 1 Reaction stability requires 78% sulfuric acid but, if this grade of acid is difficult to obtain, the Multi - Strength Acid units (MSA's) do a just in time dilution of higher strength acid to 78%. Inside the reactor, the precursor chemicals react to produce chlorine dioxide, oxygen, sodium sulfate and water. The reaction products are absorbed into a water stream via the venturi action of an eductor built into the generator. Interlocks governing water flow and reactor pressure ensure the safe operation of the C102 generator. The concentration of chlorine dioxide may be monitored using an optional C102 analyzer. Typically, effluent water from the generator contains chlorine dioxide in the 500-3500 mg/I range in a non -recycled system. A process flow diagram of a typical generator is shown in Figure 1. Selection of the proper model and size of the generator is a straightforward process of considering production requirements, concentration requirements, injection conditions, and control requirements. Refer to the Generator Sizing bulletin for more information or contact one of the engineers in the sales group. Equation 1: Purate® chlorine dioxide reaction NaC103 +'/2 H2O2 +'/2 H2SO4 —* C102 +'/2 02 + '/2Na2SO4+ H2O Pre -blended Purate® Solution eka i[0] Figure 1: Purate® Generator Process Flow Diagram Purate® Systems At the core of every Purate® system is a Purate® C1O2 generator. The addition of pumps, strippers, absorbers and tanks make it possible to generate safely up to 8000 mg/I at a rate up to five metric tons per day of chlorine dioxide (11000 lb. C1O2 per day). It is also possible to design a system for the delivery of gas phase C102. Installation Details There are several site details that are necessary for the proper installation of an Purate® C1O2 Generator — all of which are addressed in the Installation Guide. Key important considerations are: Safety Equipment: Chemical Supply: Generator Location: Utilities: AkzoNobel TarVMV&AnMW3T0ft Access to a safety shower and eye wash. Chemical storage installed according to guidelines (Purate Bulk Storage bulletin) with properly sloped chemical lines. Chemicals should match specs — (Sulfuric Acid Tech Bulletin). Sufficient space for safe operation with protection from the weather. Motive water of the proper pressure and flow - complete with relief and regulation. Electrical requirements met with fully grounded circuits. Startup Details Once the generator has been installed, the PLC must be configured for the proper equipment, running range, and alarm set points. For most of these settings, a technician level password is required, but most of these come preinstalled when the machine is tested after construction. For information regarding the location of each alarm and set point, please consult the appropriate Purate® Maintenance and Operations Manual. eka 2 (3) AlaoNobei TtxnWM%ftMB1rsl+e 3-r0ft At Eka Chemicals, we strive to deliver the highest quality products, services and support to our customers. As the international leader in chlorine dioxide chemicals, Eka developed the Purate® process to meet the needs of water treatment, specialty bleaching and pulp and paper markets, among many others. Purate® chlorine dioxide technology is the product of more than 40 years of f experience designing safe and reliable C/02 systems. CONFIDENTIAL & TRADE SECRET THIS DOCUMENT INCLUDING THE INFORMATION, DATA AND DESIGN IS THE PROPERTY OF AKZONOBEL EKA CHEMICALS INC. IT IS NOT TO BE COPIED, REPRODUCED OR ITS CONTENTS DIVULGED WITHOUT THE WRITTEN PERMISSION OF AKZONOBEL EKA CHEMICALS INC. AkzoNobel technical personnel experienced in the technology prepared the information presented in this document. It is intended for all who will be involved with the use/implementation of this technology or the use, handling, storage, transport of materials associated with the technology. This information has been prepared for the guidance of engineering, operations and management personnel. While Eka believes this information to be reliable and up to date, Eka makes no warranty that it Is. Eka makes no warranty or guarantee, express or implied, regarding the accuracy, completeness, applicability, performance at your plant, etc. Prior to implementation, the user should make its own independent evaluation of the technology and particularly the implementation of the technology in their facility given their individual circumstances. Email: info@purate.com - Web Site: www.purate.com eka 3 (3) Model AD-M16 Equipment Data Generator Model AD-M16 Introduction Capacity 4 - 35 Ib/hr The SVP-Pure Chlorine Dioxide Generator uses 840 lb/day max Purate° and sulfuric acid to efficiently and cost 2 -16 kg/hr effectively produce chlorine dioxide on site for a 384 kg/day max wide variety of water treatment applications. Dimensions (inches) 78W x 36D x 90H F" (mm) 1980 x 915 x 2285 Notes: 1. A booster pump is often needed to supply the 110 - 140 psig water to the generator. See Technical Bulletin "Booster Pump Selection" for more information, or contact Eka. 2. The motive supply water must be free of suspended solids so as to not plug the eductor nozzle. 3. Sulfuric acid must meet the quality requirements established by Eka. See Technical Bulletin "Sulfuric Acid" for details. 4. Various options are available for the generator, including an Optek C1O2 analyzer, C1O2 gas detector alarms, all -plastic cabinet, larger operator interface terminal (OIT), and more. Contact Eka for details. 1 Rev. # 0 Weight Chemicals Motive water Electrical Controls Chemical Pumps Eductor 1300 lbs. (approx) 600 kg (approx.) Purate® 78% sulfuric acid 37 gpm 110 -140 psig 120V - Single phase 20A circuit Siemens S7/226 PLC Grundfos DME 60 1-1/2" Model 485 (Smaller available with reduced capacity) Process Connections Purate® inlet Sulfuric acid inlet Motive water in C1O2 solution out Purate® calibration vent Acid calibration vent Purate® line vent Purate® drip pan drain Acid drip pan drain Reactor drain 1" flange 1" flange 2" flange 2" flange 1/2" FNPT 1/2" FNPT 1/2" FSW 314" MNPT 3/4" MNPT 1/2" FNPT eka AkzoNobel Wr o mvib Arle►vr sTnday .Contact Information Toll free Eka office Sales general Website 800-241-3900 770-578-0858 sales ft urate. com www.purate.com At Eke Chemicals, we strive to deliver the highest quality products, services and support to our custom- ers. As the international leader in chlorine dioxide chemicals, Eka developed the Purate® process to meet the needs of water treatment, specialty bleach- ing and pulp and paper markets, among many others. Purate® chlorine dioxide technology is the product of more than 40 years of experience designing safe and reliable CI02 systems. CONFIDENTIAL & TRADE SECRET THIS DOCUMENT INCLUDING THE INFORMATION, DATA AND DESIGN IS THE PROPERTY OF AKZONOBEL EKA CHEMICALS INC. IT IS NOT TO BE COPIED, REPRODUCED OR ITS CONTENTS DIVULGED WITHOUT THE WRITTEN PERMISSION OF AKZONOBEL EKA CHEMICALS INC. AkzoNobel technical personnel experienced in the technology prepared the information presented in this document. It is intended for all who will be involved with the userimplementation of this technology or the use, handling, storage, transport of materials associated with the technology. This information has been prepared for the guidance of engineering, operations and management personnel. While Eka be- lieves this information to be reliable and up to date, Eka makes no warranty that it is. Eka makes no warranty or guarantee, express or implied, regarding the accuracy, completeness, applicability, performance at your plant, etc. Prior to implementation, the user should make Its own independent evaluation of the technology and particularly the implementation of the technology in their facility given their individual circumstances. Rev. # 0 eka 2 Eka Chemicals Inc. 1775 West Oak Commons_Ct_ T_+1-770-329-7700 Purate® Marietta, GA 30062 F +1 -770-321-5847 www.purate.com Technical Bulletin AD - Access PLC 0.0 Introduction The SVP-Pure® chlorine dioxide generator programmable logic controller monitors and controls machine operation. The operator interface terminal (OIT) communicates directly with the PLC and provides all process information locally. There are several options available for remote control and monitoring of the machine that, and in most cases, provide sufficient control. For customers that require more information about the process from the PLC, this document provides some compatible communication protocols and PLC register information to assist in the creation of this interface. 1.0 Siemens S7-226 PLC The S7-226 PLC is equipped with two communication ports on the main body of the PLC. One port is used to communicate with the OIT while the second port is normally used for programming the unit locally. If desired, this second port can be used to connect the PLC to another PLC, DCS, or SCADA system for remote operation and monitoring. Rev. 1 AkzoNo Tomorrowb rsToday 2.0 Communication Communication protocol is sometimes dictated by the system that will serve as the acquisition system. The communication ports on the S7-200 CPUs are RS-485 compatible on a nine -pin subminiature D connector in accordance with the PROFIBUS standard as defined in the European Standard EN 50170. A PC/PPI cable can also be used to convert the RS-485 information to RS-232. 3.0 Control Theory The intent of the remote communications is for information purposes only. The PLC relies on its own internal logic to shutdown when a fault is detected. No attempt should be made to access non -listed areas of the PLC code. Access to an unlisted area could compromise PLC logic operations resulting in an unsafe condition. Please consult with Eka's SVP-Pure® Global Technology group before attempting to access the PLC registers. e ka 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(a), 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. (Sea] if Offeror is a Corporation) ATTEST: Please see attached Officer's Certificate Secretary Offeror acknowledges receipt of the following addenda: Addenda No. N/A Date Addenda No. Date Addenda No. Date Addenda No. Date Date: 9 /3,71 1 i Authorized Signature Jennifer R. Miller (Printed or Typed Name) Siemens Industry, Inc. Company 2650 Tallevast Road Address Sarasota, Manatee City, County FL 34243 State Zip Code Telephone: 941 - 3 5 9- 7 9 3 0 Fax: 941 - 359-7981 EmaiLl enni fer r mi 1 1 er(a s i amens . com FEDERAL TAX ID or SOCIAL SECURITY No. 13-2762488 M/WBE Firm: Woman I I Black American Native American Hispanic American Asian Pacific American Other S eci ) Ld Page Intentionally Left Blank AkzoNobel TpiftWn"AnawMT0ft 4.0 PLC Address List Read and write addresses for generator control Name Format Address Length Description 'One shot' data to set rate; System will verify rate Machine Set Rate Real VD940 4 and adjust Measurement is given in whatever units are selected Iblhr for English, k /hr for Metric Flow Pacing Dosing Real VD352 4 'One shot" data to set flow pacing dose — ppm; System will verify and adjust Machine StarUStop Bool M0.5 Bool Set to 1 — for start; Set to 0 to stop Machine Alarm Bool M0.2 Bool 'One Shot to clear alarm; System will reset bit to Acknowledge .0. Read only for generator monitoring Name Format Address Length Description Reactor Vacuum Real VD956 4 Measurement is given In whatever units are selected OnH for English, mmHg for Metric Machine Water Flow Real VD952 4 Measurement is given In whatever units are Rate selected (GPM for English, CCH for Metric) Flow Pacing Target Real VD992 4 Measurement is given in whatever units are Stream Flow selected MGD for English, I/sec for Metric Calculated Real VD960 4 Only with locally connected analyzer —calculation Production Rate is given in whatever units are selected (lb/hr for English, kg1hr for Metric Measured PPM Real VD24 4 Only with locally connected analyzer— given in CI02 m. Calculated chlorate Real VD384 4 Only with locally connected analyzer — given in Conversion percent Efficiency Machine Status StringChar VB3112 7 'RUNNING','STANDBY','ALMSTP', 'SUSPEND' "WAITING' 'OITBYPS' Set Rate Mode Strin Char VB1420 6 'Manual' or'4-20ma' Start/Stop Mode Strin Char VB1450 6 'Manual' or 'Remote' Totalizer Value Real VD1808 4 Measurement Is given in whatever units are selected (lb for English, kg for Metric) eka 2 (2) AkzoNobel T=wm" Ar wiwrsTo ft Alarm Details for remote alarm monitoring Alarm Point Boolean Register Alarm Notes Shutdown Alarm M1.0 Flow Alarm Low M6.0 Flow Alarm Low Low M6.1 Vacuum Alarm Low M6.2 Vacuum Alarm Low Low M6.3 Efficiency Alarm Low M6.4 Efficiency Alarm Low Avg M6.5 Decomposition Alarm M6.7 Acid Pump Fault Alarm M7.0 Drive requires local reset PLC Hardware Error M7.1 Vacuum Signal Error M7.3 Unit Start -Up Flow Alarm M7.4 Unit Start -Up Vacuum Alarm M7.5 Run permissive switch M7.6 Manual Stop Button M7.7 Purate Pump Fault Alarm M8.0 Drive requires local reset Dilution Water Pump Fault Alarm M8.1 Drive requires local reset Loss of Chlorine Dioxide Production M8.2 Heat Exchanger Cooling Water Low Flow M8.3 As mentioned earlier, only the registers listed in the preceding tables should be accessed and used for process interaction. 5.0 Conclusion Direct addressing of SVP-Pure® generator's PLC registers is available if required by the customer. Because the program is under a continuous improvement process, register numbers and formats are subject to change. Please contact the SVP- Pure® Technology Group for the most up-to-date register list and information about safely accessing the generator's PLC. eka 3 (3) AlaoNobel Tomon>oAft Ar>WmToday At Eka Chemicals, we strive to deliver the highest [ quality products, services and support to our customers. As the international leader in chlorine dioxide chemicals, Eka developed the Purate® { process to meet the needs of water treatment, t._ specialty bleaching and pulp and paper markets, among many others. Purate® chlorine dioxide technology is the product of more than 40 years of experience designing safe and reliable C102 systems. CONFIDENTIAL & TRADE SECRET THIS DOCUMENT INCLUDING THE INFORMATION, DATA AND DESIGN IS THE PROPERTY OF AKZONOBEL EKA CHEMICALS INC. IT IS NOT TO BE COPIED, REPRODUCED OR ITS CONTENTS DIVULGED WITHOUT THE WRITTEN PERMISSION OF AKZONOBEL EKA CHEMICALS INC. AkzoNobel technical personnel experienced in the technology prepared the information presented in this document. It is Intended for all who will be involved with the use/implementation of this technology or the use, handling, storage, transport of materials associated with the technology. This information has been prepared for the guidance of engineering, operations and management personnel. While Eka believes this information to be reliable and up to date, Eka makes no warranty that it is. Eka makes no warranty or guarantee, express or implied, regarding the accuracy, completeness, applicability, performance at your plant, etc. Prior to implementation, the user should make its own independent evaluation of the technology and particularly the implementation of the technology in their facility given their individual circumstances. Email: info@purate.com - Web Site: www.r)urate.com eka 4 (4) AkzoNobel Tomo► Ah wanToday Water �Eductor el ka 5 (5) NSF Product and Service Listings These NSF Official Listings are current as of Tuesday, September 27, 2011 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: http•//nsf org/Certified/PwsComponents/Listings asn Company=OX510&Standard=061& NSF/ANSI STANDARD 61 Drinking Water System Components - Health Effects NOTE: Unless otherwise indicated for Materials, Certification is only for the Water Contact Material shown in the Listing. Click here for a list of Abbreviations used in these Listings. Eka Chemicals Inc. 1775 West Oak Commons Court Marietta, GA 30062 United States 800-241-3900 770-321-4109 Facility: Marietta, GA Trade Designation Mechanical Devices Water Water Contact Contact Size Temp Material Chemical Generators SVP-Pure® AD Chlorine Dioxide Generator 48" x 24" x 78" CLD 23 MLTPL SVP-Pure® BD Chlorine Dioxide Generator 48" x 24" x 78" CLD 23 MLTPL SVP-Pure® MSA Chlorine Dioxide Generator 60" x 36" x 72" CLD 23 MLTPL l I [1] Certification of this product has been performed to the health effects requirements of NSF/ANSI Standard 61, which assesses the acceptability of potential extractants from the chemical generator. No evaluation has been performed on the strength of efficacy of the _J chemical(s) generated. As unit operation, maintenance and the consistency of source ingredients may affect the performance of the unit, the ensuing chemical(s) is not Certified by NSF to NSF/ANSI Standard 60. Certification is based on a dose rate that yields a maximum chlorine dioxide concentration of 1 mg/L into potable water. NOTE: Only products bearing the NSF Mark are Certified. Number of matching Manufacturers is I Number of matching Products is 3 Processing time was 0 seconds SIEMENS Industry AFFIDAVIT OF COMPLIANCE Siemens Industry, Inc. Purate® (Sodium Chlorate/ Hydrogen Peroxide blend), manufactured by Eka Chemicals Inc., (Columbus, MS) is certified by the National Sanitation Foundation (NSF) International for use in potable drinking water. EPA #: 49620-4 Name: Jennifer R. Miller Title: V.P. & General Manager Siemens Industry, Inc. 2650 Tallevast Road Tel: +1 941-888-228-9877 Sarasota, FL 34234 Fax: +1 941359-7981 USA www.siemens.com/wafer i � l NSF Product and Service Listings These NSF Official Listings are current as of Tuesday, September 27, 2011 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 J confirm this information by clicking on the below link for the most accurate information: htLtp://nsf org/Certified/PwsChemIcaIs/Listings asp?CompanyName=Eka+Chemical&TradeName=Purat e& NSF/ANSI STANDARD 60 Drinking Water Treatment Chemicals - Health Effects Eka Chemicals Inc. 1775 West Oak Commons Court Marietta, GA 30062 f United States l 770-321-5936 Facility: Columbus, MS L Miscellaneous Treatment Chemical[CL] [HP] lJ Trade Designation Product Function Max Use Purate Disinfection & Oxidation 20 mg/L (� Oxidant L1 (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. (HP) Use of L this product shall be followed by chlorination to remove levels of hydrogen peroxide. Chlorine residuals shall not exceed 4 mg/L, the EPA's proposed maximum residual level. Number of matching Manufacturers is 1 Number of matching Products is 1 Processing time was 0 seconds AMONOBEL Eka Chemicals Inc. Puratee www.aurate.com Description Purate® is a stabilized aqueous solution of 40% sodium chlorate and 7 -10% hydrogen peroxide. Applications Purate® is a precursor chemical for the production of chlorine dioxide in an SVP-Pure Chlorine Dioxide Generator. It may be used as an oxidant for phenol destruction, iron and manganese oxidation, hydrogen sulfide removal, and many other applications. It also may be used in pesticide applications where it is FIFRA registered for use as a disinfectant, biocide, slimicide, algaecide, fungicide, and molluscicide in drinking water, wastewater, and process water systems. It has FDA approval for disinfection of processed fruits, vegetables and poultry. It must be used in conjunction with sulfuric acid to produce chlorine dioxide. (Refer to the product label for more information regarding applications.) Specifications Sodium chlorate........................................................40% Hydrogen peroxide...............................................7 - 10% Water................................................................ 50 - 53% Physical Properties Appearance ................................. Clear, faint blue solution Specific gravity.......................................................1.377 Crystallization.........................................................10 °C Boiling point.......................................................... 104 °C Flash point...............................................................None Odor...................................................................... Slight Shipping Information Available in: 300 gallon totes 3800 gallon tank trailers 17,400 gallon railcars Shipping classification: DOT. Oxidizing Liquid, N.O.S. UAOD number. UN 3139 Regulatory Information The U.S. EPA and state agencies regulate the use of this product as a pesticide. State registration is required prior to the sale or distribution of this product for pesticide applications. It is a violation of Federal Law to use this product in any manner inconsistent with the labeling. Federal and state registrations are l_4t required for non - pesticide applications, like chemical oxidation. Safety and Handling Information General. Avoid all bodily contact. Wear appropriate protective equipment. Do not allow clothing, shoes or gloves to become impregnated with sodium chlorate in solution, as they will become highly combustible if allowed to dry, and may be ignited by friction or heat. In case of external fire, cool containers of sodium chlorate and hydrogen peroxide solution with plenty of water. Chemical Registration Numbers Skin Use: Use impervious clothing to avoid skin contact. Eyes/Face: Wear safety glasses with side shields or chemical goggles. Where appropriate, wear a full -face shield. Contact lenses should not be worn when handling this product. For more complete information, consult the Material Safety Data Sheet (MSDS) for this product. U.S. EPA: 49620-4 CAS: Sodium chlorate 7775-09-9 Hydrogen peroxide 7722-84-1 The product is intended for sale only to industrial users. The information in this document is intended to provide users with basic information about this product. The Material Safety Data Sheet (MSDS) for this product should be consulted for more complete information. Users must inspect and test the product before use to satisfy themselves as to the contents and suitability. Eka Chemicals specifically disclaims all warranties express or implied; specifically, all warranties as to suitability, fitness for a particular purpose or merchantability of this product. The exclusive remedy for all proven claims is replacement of our product. In no event shall Eka Chemicals be liable for any special, incidental, or consequential damages. The MSDS for this product should be provided by the buyer, transporter or other handlers of this product to all who will use, handle, store, transport or otherwise potentially be exposed to this product. Eka Chemicals believes this information to be reliable and up-to-date as to the date of publication, but makes no warranty that it is. If the revision date of this document is more than three years old, then contact Eka Chemicals for an updated version. Eka Chemicals Inc. 1775 West Oak Commons Court Marietta, GA 30062 (770) 578-0858 www.eka.com Revision 5/2003 © 2003 Eka Chemicals Inc lei MATERIAL SAFETY DATA SHEET 1 http://www.ekamsds.com Re "ndlble tore Cmd Chensfilryofwat 1 Tor'�iria��s Ai�rsT�day t' 1. Chemical Product and Comaanv Identification Eka Chemicals Inc. 1775 West Oak Commons Court Marietta, GA 30062 USA 24 Hour Emergency Number US CHEMTREC 1-800-424-9300 CANADA CANUTEC 1-613-966-6666 Hazards Identification Product Name PURATE® Chemical Type Sodium Chlorate and Hydrogen Peroxide as a stabilized aqueous solution. Intended Use Reagent feed for SVP-Pure® Chlorine Dioxide generation Emergency Overview A clear, faintly blue colored, faintly odored solution which may cause moderate skin irritation and severe irritation of eyes and mucous membranes, including possible blindness. Sodium Chlorate is odorless and very soluble in water. Sodium Chlorate not listed as a possible 4 carcinogenic by OSHA, IARC or NTP. Routes of Exposure Potential Health Effects Ingestion Skin Eyes CInhalation iTarget organs `- Chronic Effects Medical Conditions Aggravated by Exposure Skin and ingestion Irritation of the gastrointestinal tract, abdominal pain, gas evolution, and red blood cell destruction. May cause moderate skin irritation. May cause severe eye irritation, tearing and blurring of vision, with irreversible comeal damage and possible blindness in instances of overexposure. Not a normal route of exposure. Skin, eyes, mucous membranes, and renal system. No Information None documented 3. Composition / Information on Ingredients j Component CA # % WWVt Hydrogen peroxide 7722-84-1 < 8 % Eka SC 7775-09-9 40 % Ingredient Information Exposure Limits not established for sodium chlorate solution. This MSDS is not intended for use outside of North America Finalized By Eke Chemicals, Inc. Eka Chemicals, Inc. Finalized On 30-Aug-2010 MSDS US ` `roduct Name PURATEV Version #. 33 1 / 7 l_ 14. First Aid Measures First Aid Ingestion If victim is conscious, give plenty of water to dilute stomach contents. Do not induce vomiting without medical advice. Seek immediate medical attention. Skin Wash off immediately with plenty of water for at least 15 minutes. Rinse contaminated clothing with water and launder all clothing prior to use. Call a poison control center or doctor for treatment advice. Eyes Immediately flush eyes thoroughly with water for at least 15 minutes. Obtain medical attention if irritation persists. Remove contact lenses, if present, after the first 5 minutes, then continue rinsing eye. Call a poison control center or doctor for treatment advice. inhalation Not a normal route of exposure. Notes to Physician Sodium chlorate poisoning is rare, but is associated with a high mortality rate with death generally occurring from massive intravascular hemolysis and acute renal failure. Sodium thiosulfate (2 to 5 gm. in 200 ml of 5% sodium bicarbonate) is a specific antidote that can be given orally or by I.V. DO NOT treat with methylene blue because of risk of methemoglobinemia. Sodium Chlorate is freely dialyzable, and early treatment by peritoneal or hemodialysis is recommended. Direct contact of hydrogen peroxide with the eye is likely to cause corneal damage, especially if not washed away immediately. Careful ophthalmologic evaluation is recommended. Attempts at evacuating the stomach via emesis induction or gastric lavage should be avoided. In the event of severe distention of the stomach or esophagus due to gas formation, insertion of a gastric tube may be required. 15. Fire Fighting Measures Flammable Properties Non flammable liquid. Extinguishing Media Suitable Extinguishing Media USE WATER ONLY. Unsuitable Extinguishing Media if allowed to evaporate, solid sodium chlorate could be formed. Solid sodium chlorate does not burn, but if exposed to fire it decomposes to give off oxygen which feeds the fire. Consequently, ONLY WATER is effective in cooling and diluting solid sodium chlorate. DO NOT USE CO2, Halon, dry chemical or powder fire extinguishers, or fire blankets in the event solid sodium chlorate is involved as these are totally ineffective and may confine the heat and create a worse situation. Protection of Fire Fighters Protective Equipment for Fire Wear self-contained breathing apparatus, pressure demand, MSHA/NIOSH approved and full Fighters protective gear. Avoid all bodily contact. Do not allow clothing, shoes, or gloves to become impregnated with sodium chlorate in solution, as they will become highly combustible if allowed to dry, and may be ignited by friction or heat. In case of external fire, cool containers of sodium chlorate and hydrogen peroxide solution with plenty of water. Specific Hazards Arising From DO NOT allow solution to come in contact with any combustible materials. Paper, wood, cloth, the Chemical and leather impregnated with sodium chlorate solution are highly combustible if allowed to dry, and may be ignited by friction or heat. DO NOT allow the temperature of the storage container to rise above 104 F (40C). 6. Accidental Release Measures Personal Precautions Protective suit of vinyl, neoprene, PVC or polyethylene; impervious rubber shoes or boots of vinyl or neoprene; safety glasses with side shields or chemical goggles and hard hat with full face shield when appropriate; rubber gloves of vinyl or neoprene. Isolate area. Keep unnecessary personnel away. Environmental Precautions DO NOT ALLOW RELEASES TO ACIDIC DRAINS AS CHLORINE DIOXIDE GAS CAN BE LIBERATED. Contain runoff and contact appropriate local spill response personnel and/or Eka Chemicals. Do not allow escape into sewers, drains or natural watercourses. Waste disposal in approved chemical disposal area or in a manner which complies with all local, State and Federal regulations. Methods for Containment Block any potential routes to water systems. Contain spill using noncombustible material such as vermiculite, sand or earth. This MSDS is not intended for use outside of North America Finalized By Eka Chemicals, inc. Eka Chemicals, Inc. Finalized On 30 Aug-2010 MSDS US Product Name PUR4TEO Version #. 33 2 / 7 Methods for Clean-up Local authorities should be advised if significant spillages cannot be contained. . Handling and Storage Handling Procedures Prevent possible eye and skin contact by wearing protective clothing and equipment. AVOID PRODUCT CONTACT WITH ACIDIC MEDIA WHICH CAN LIBERATE CHLORINE DIOXIDE GAS. Storage Procedures Store in properly vented containers or tanks. Do not block vent. Do not store where contact with incompatible materials could occur, even with a spill. Have a clean water source available for dilution. Keep storage containers out of direct sunlight and away from heat, sparks and flames. DO NOT add any other product to storage container. Never return unused product to storage container. Avoid contact with mild steel, aluminum, copper and its alloys. `18. Exposure Controls / Personal Protection Exposure Guidelines No TLVs have been established for this mixture. The PEL for hydrogen peroxide is 1 ppm. The PEL for sodium chlorate is: Total Dust = 15 mg/m3; Respirable Fraction = 5 mg/m3. Engineering Controls Use site specific diking / spill control to avoid uncontrolled releases. Eye wash facility, emergency shower or jump tank should be in close proximity. Personal Protective Equipment EyeslFace Wear safety glasses with side shields or chemical goggles. Where appropriate, wear a full face shield. Contact lenses should not be worn when handling this product. Skin Use impervious clothing to avoid skin contact. Avoid all bodily contact. Wear appropriate protective equipment. Do not allow clothing, shoes or gloves to become impregnated with sodium chlorate in solution, as they will become highly combustible if allowed to dry, and may be ignited by friction or heat. In case of external fire, cool containers of sodium chlorate and hydrogen peroxide solution with plenty of water. Respiratory Not a normal route of exposure. Hand Use impervious clothing to avoid skin contact. i J. Physical & Chemical Properties Apperance Form Aqueous solution Color Faint blue to colorless Odor Faint Odour Threshold Not Available. Physical State liquid pH 4-6 Melting Point N/A Freezing Point Not Available. Boiling Point 219.2 °F (104 °C) Flash Point Not Available. Evaporation Rate > 1 (butyl acetate = 1) Flammability Not Available UpperlLower Flammability Not Available. Vapor Pressure < 0.1 kPa at 40 degrees and at 80 degrees C Vapor Density Not Available. Specific Gravity 1.37 Solubility (H2O) not applicable This MSDS is not intended for use outside of North America Finalized By Eka Chemicals, Inc. Eka Chemicals, Inc. Finalized On 30 Aug-2090 MSDS US roduct Name PURATE® Version A 33 3 / 7 Coefficient of WaterlOil Distribution Octanol/H2O Coeff No data available Not Available. Decomposition Temperature Viscosity Bulk Density Density Not Available. water -like 1370 @ 20C 1.37 g/cm3 at 20C 110. Chemical Stabilitv & Reactivity Information Conditions to Avoid Avoid heat, flame, strong UV light and other sources of ignition. ELEVATED pH > 4 CAN ENHANCE MORE RAPID DECOMPOSITION OF THE HYDROGEN PEROXIDE. Incompatible Materials Purate® solutions may react with acids, organic matter, expanded plastics such as polystyrene or polyurethane, ammonium salts, sulfur or sulfides, phosphorus, arsenic, metals including copper, zinc, aluminum or other metals, manganese dioxide, potassium cyanide, and U. thiocyanates. Purate® is incompatible with soluble metals and their salts (i.e. iron, copper, chromium, vanadium, tungsten, molybdenum, and platinum), reducing agents, organic materials, as well as flammable and combustible materials. Hazardous Decomposition Products Possibility of Hazardous Reactions Purate@ will react with strong mineral acids liberating chlorine dioxide gas. Contamination from various metals or organic materials may cause rapid decomposition of the hydrogen peroxide, resulting in oxygen gas release and pressure buildup if not properly vented. 1 i Strong mineral acids, organic materials, and powdered metals. Polymerization will not occur. 11. Toxicological Information Acute Effects The oral LD50 in rats for sodium chlorate is greater than 6000 mg/kg (practically nontoxic). The oral LD50 for a 10% concentration of hydrogen peroxide in rats ranges from 1500 mg/kg to greater than 5000 mg/kg (moderately toxic to practically nontoxic). Ingestion of large doses of sodium chlorate will result in methemoglobinemia and kidney damage. Inhalation Effects The LC50 of sodium chlorate is greater than 5.6 mg/L. There was no mortality in rats following a 4 hour exposure to hydrogen peroxide at the minimal attainable concentration of 122 ppm. Irritation to skin Sodium chlorate was not irritating to rabbits. Irritation to eyes Sodium chlorate was mildly irritating to rabbits. Sensitization Data Sodium chlorate was not sensitizing to guinea pigs. Hydrogen peroxide was not sensitizing to guinea pigs at a concentration of 6%. Carcinogenicitylmutagenicity & Sodium chlorate and hydrogen peroxide are not considered carcinogenic. long term effects Neurotoxicity No data available for this product. Reproductive Sodium chlorate was not teratogenic to rats at doses up to 1000 mg/kg/day during days 6-15 toxicitylteratogenicity of gestation. Sufficient data is not available for evaluation of hydrogen peroxide. Epidemiology No Information 112. Ecological Information Ecotoxicity Fish rainbow trout EC50: > 1000 mg/I, 96.00 Hours, fish NOEL: 16.4 - 37.4 mg/l, 96.00 Hours, This MSDS is not intended for use outside of North America a n 9 H Finalized By Eka Chemicals, Inc. Eka Chemicals, Inc. Finalized On 30 Aug-2010 Product Name PURATE@ Version #. 33 MSDS US 4/ 7 } Aquatic toxicity The 96 hour LC50 in rainbow trout for sodium chlorate is greater than 1000 mg/L (practically nontoxic). The 96 hour LC50 values for hydrogen peroxide in fish range from 16.4 - 37.4 mg/L (slightly toxic). The 48 hour LC50 in Daphnia Magna for sodium chlorate is greater than 1000 mg/L. Environmental Effects Hydrogen peroxide occurs naturally as a result of photochemical processes in living organisms. PersistancelDegradability Hydrogen Peroxide is readily biodegradable and does not bioconcentrate. BloaccumulationlAccumulation Not known Mobility in Environmental No information. Media '13. Disposal Considerations Disposal Instructions In accordance with municipal, provincial, state and federal regulations. EPA Hazardous Waste classification D002. Recycling of containers may be permitted, provided the container is "empty", as described in 40 CFR 261.7(b)(1)", when the container is used within the United States. When the container is used within Canada, the following regulations apply: "A container that has been completely emptied using common practices, and that contains less than 2.5 cm of residue, is typically considered to be an "empty container" and not subject to regulation as a hazardous material or hazardous waste" (see also Ontario - O. Reg. 347, Quebec - O.C. 1091-2004, B.C. - B.C. Reg. 63/88, Alberta - Reg. 192/96, and/or Saskatchewan - E.10.2, Reg. 3, as appropriate). 14. Transport information Basic Shipping Description Material DOT HMR Information Proper Shipping Name Sodium chlorate, aqueous solution Hazard Class 5.1 Identification Number UN2428 Packaging Group II Labels Required 5.1 Packaging Exceptions 152 Vessel Stowage Location B Packaging Non Bulk 202 Packaging Bulk 241 Quan. Limits Passenger 1 L Quantity Limits Cargo 1 L This MSDS is not intended for use outside of North America Finalized By Eka Chemicals, Inc. Eka Chemicals, Inc. Finalized On 30-Aug-2010 MSDS US ~oduct Name PURATE® Version #. 33 5 / 7 Material IMDG Information Proper Shipping Name Sodium chlorate, aqueous solution Hazard Class 5.1 Identification Number UN2428 Packaging Group Marine Pollutant Labels Required Packaging Exceptions Vessel Stowage Location Packaging Non Bulk Packaging Bulk Quan. Limits Passenger If MARINE POLLUTANT 5.1 152 B 202 241 1L Quantity Limits Cargo 5 L 15. Requiatory Information US Federal Regulations Components of this product have been checked against the non -confidential TSCA inventory by CAS Registry Number. Components not identified on this non -confidential inventory are exempt from listing (i.e. as polymers) or are listed on the confidential inventory as declared by the supplier. OSHA Regulated Eye/skin irritant as defined in 29 CFR 1910.1200. SARA 302 Not subject to SARA Section 302. SARA 3111312 Classified as immediate health hazard and fire hazard. Minimum threshold quantity for reporting is 10,000 pounds. SARA 313 Not subject to SARA Section 313. Canada DSL In compliance. WHMIS Classification Class E: Corrosive General This product contains a chemical known to the State of California to cause cancer or reproductive harm: chromium byproduct (<4ppm). Cr(VI) 0.05 mg/m3 ACGIH TLV TWA NTP: Cr(VI) compounds: known human carcinogen IARC: Cr(VI) Group 1 carcinogen 116. Other Information HMIS RATINGS NFPA RATINGS Health 2 Health 2 Flammability Classification 0 Flammability Classification 0 Reactivity 2 Reactivity 2 Pers. Prot X Special Hazards OXY This MSDS is not intended for use outside of North America Finalized By Eka Chemicals, Inc. Eka Chemicals, Inc. Finalized On 30 Aug-2010 MSDS US Product Name PURATE® Version #. 33 g / 7 Disclaimer The product is intended for sale only to industrial users. The information in this MSDS is intended to assist these users in determining the suitability of this product for their business applications. Users must inspect and test the product before use to satisfy themselves as to the contents and suitability. Eka Chemicals specifically disclaims all warranties express or implied; specifically, ALL WARRANTIES AS TO SUITABILITY, FITNESS FOR A PARTICULAR PURPOSE OR MERCHANTABILITY OF THIS PRODUCT. The exclusive remedy for all proven claims is replacement of our product. In no event shall Eka Chemicals be liable for any special, incidental, or consequential damages. The information in this MSDS should be provided by the buyer, transporter or other handlers of this product to all who will use, handle, store, transport or otherwise potentially be exposed to this product. The MSDS has been prepared for the guidance of such persons and Eka Chemicals believes this information to be reliable and up-to-date as to the date of publication, but makes no warranty that it is. If the revision date of this MSDS is more than three years old then contact Eka Chemicals for an updated version. issue Date: 30-Aug-2010 t This MSDS is not intended for use outside of North America Finalized By Eka Chemicals, Inc. Eka Chemicals, Inc. Finalized On 30 Aug-2010 -oduct Name PURATE® Version #: 33 MSDS US 71 7 P H Page Intentionally Left Blank ri 9 9 I CITY OF LUBBQC ' K INSURANCE RE, QUMMENT AFF1 I)AVIT TO'Boconipleted by Offeror and Agent 9ttstbe-submittud, with Proposal 1, the undersigned ,Offeror, pertij)f that the insurance 'requircinents; contained in this proposal document have been reviewed e y ine with the below identified Insurance AgentlBroker. Tri Ani awarded this contract by the City of Lubbock, I will be able to within ten (10) business day4,after being notified ,such a d 7 11,11, , ,, war by the City ofLubbo6ki ftimish a valid insurance certificate to the City, meeting all of [lie requirements defined in this proposal. Jennifer R. Miller 056ror ( Origins 4§iigznatur�e) 0 fre r -0 t (Print) OFVEROWS FIRM NAA4L- Siemens Industry, 'Inc., (Print or Type) OFFEROR'S FIRM ADDRESS: 2650 TallevA-8t: Road Sarasota, FL 34243 Nam of AgenATukqr: HDI-GERLING AMERICA INSURANCE COMPANY Age t: Ti)kcr (Signature) Address , of Agent/Broker: Cit tale 17_ip: 150 N. WACKER DRIVE 29TH FLOOR Agent/Broker Telephone Number: Date- 9 /5 /to ( I 5 NOTE TO CONTRACTOR It the time requirement specified above is not met; the, City hits the right to reject this proposal and myord the contract to another :offeror. if you have any quegfi6im concerning these requirements, please contact the Director of Purchasing and Contract Managenlient,14 the City of Lubbock at (806) 775-2163, RFP 11-10151-MA- LAKE ALAN HENRY WATER SUPPLY PROJECT - SOUTH WATER TREATMENT PLANT - CHLORINE DIOXIDE PROCLJRKMENT PACKAGE Page Intentionally Left Blank I a I I 9 I 1 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent Must be submitted %Yitli Proposal 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. Tf 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 Offberur ( Origin Signature) Offeror (Print) OFFEROR'S FIRM NAME: Siemens Industry, Inc_ . (Print or Type) OFFEROR'S FIRM ADDRL'SS: 2650 Tallevast Road Sarasota, FL 34243 Name of Ag�ent/11TOker• LIBERTY MUTUAL FIRE INS CO / LIBERTY INSURANCE CORPORATION Ja-- Agent / Broker (&ignatur Address of Agent Broker: 114 WEST 47TH STREET, 21ST FLOOR City!State/lip: NEW YORK, NY 10036 AgenvBrokerTelephone Ntnnber: ( 212 ) -w 719-8675 Date: o-1,(�h 1. I t i 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 offeror. If you have any questions concerning these requirements, please contact the Director of Purchasing and Contract Management for the City of Lubbock at (806) 775-2163. RFP 11-10151-IVIA- LADE ALAN HENRY WATER SUPPLY PROJECT - SOLITH WATER TREATMENT PLANT - CHLORINE DIOXIDE PROCL) RFA F.NT PACKAGE 1 Page Intentionally Left Blank 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 offerors 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 (.m 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 Econsider 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. V $ 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 Has 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? �r YES NO X 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. r I�Offeror's Initials Has 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 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. YES X NO 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. 1/28/11 Failure to notify EPA, etc within 15 minutes QUESTION 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 offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: 0.60 ACKNOWLEDGEMENT THE STATE OF TEXAS , COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my 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 misrepresentations or omissions may cause my proposal to be rejected. Signature a ric son- E H & S Manager�� Title A 2 L_1 f i SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) 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. .z COMPANYNAME: Siemens Industry, Inc. FEDERAL TAX ID or SOCIAL SECURITY No,.' 13 - 2 7 6 Signature of Company Official: Printed name of company official signing above: Jennifer R . Miller Date Signed: 9 / 2 7 / 11 Page Intentionally Left Blank I v 9 u I I I � PAYMENT BOND £< � Page Intentionally Left Blank Bond No. 82293201/9075350 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Siemens Industry, Inc. (hereinafter called the -Principal (s), as Principal(s), and Federal Insurance Company & Fidelity and Deposit Company of MaUland (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unAo the City of Lubbock (hereinafter called the Obligee); in the amount of Seven Hundred Fifty Five Thousand FiveDoilars ($ 755,590.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind 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 1st day of December , 2011, to Full Service Chlorine Dioxide Program and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fiilly 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 full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Goverunent Code, and all liabilities on this bond shalt 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 13 day of January == 2012 (s) and Surety (s) have signed and sealed. this instrument this Siemens Industry, Inc. (Company Name) By avtel 9 i400( I (Printed Name) (Signature) r mw-p- �icu�a r (Title) No Text Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 CHIJlBB Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York Corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Aiza Lopez, Jeannette Porrini and Stacy Rivera of Hartford, Connecticut ---------- each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 5th day of October, 2011. Z�14�� I � Kenneth C. Wen el, Assistant SecretaryB. Norris, Jr., Vice President STATE OF NEW JERSEY , County of Somerset ss. On this 5th day of October, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, tome known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attomey as Assistant Secretary of said Companies by like authority, and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By - Laws and in deponents presence. Notarial Seal ENE J. ,q�� �6TA49 PUBLIC JE . '. KATHERINE J. ADEIAAR NOTARY PUBLIC OF NEW 1Ek5Ft No. 2316685 Commission 6tpitm duly 16, 2014 CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached 1, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that @ the foregoing extract of the By- Laws of the Companies is true and correct, () the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (rr) the foregoing Power ofAttorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 13 4' p o Morntar rnscoNs"' 't"fW Yo4t- day of January 2012 Kenneth C. W del, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com Form 15-10- 022513- U (Ed. 5- 03) CONSENT FEDERAL INSURANGE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 2010 (n thousands of dollars) ASSETS Cash and Short Term Investments ................ $ 235,579 United States Government, State and Municipal Bonds.---_--- ••-------•• 10,931,173 Other Bonds ---------- ........................... I............. 4,110,731 Stocks -------------------------------------------------- 837,803 Other Invested Assets ----------------------•------------- 1,909,914 TOTAL INVESTMENTS .............................. 18,025,200 LtABILMES AND SURPLUS TO POLICYHOLDERS Outstanding Losses and Coss Expenses..... $ 12,051,257 Unearned Premiums .............._ ---------- ---------- 3,331,654 Ceded Reinsurance Premiums Payable....... 329,476 Provision for Reinsurance ._ __..."............... 70,491 •Other Uabilifies..-•--------------------............. -------- 962,493 TOTAL UABIUTIES 16,74.5,371 Investments in Affiliates' Special Surplus Funds ............... :------------------ 174,400 Chubb Investment Holdings, Inc. -------------_- 3,002,346 Capital Stock ....-.-..--.---•--------•-•--------------------- 20,980 Pacific Indemnity Company . _ Chubb Insurance Investment Holdings Ltd.... 2,424,142 1,275,789 Paid -in Surplus .:_-•----------------------------------------- Unassigned Funds ......................:................. 3,106,808 11,015,075 Executive Risk Indemnity Inc ...................... 1,111,774 CC Canada Holdings Ltd- ...... :................... • Great Northern Insurance Company ----------- 752,455 459,252 SURPLUS TO POLICYHOLDERS ............. 14,317,263 Chubb Insurance Company of Australia Limited 313,107 Chubb European Investment Holdings SLP--- 234,636 Vigilant Insurance Company ----------------------- 212,646 Other Affiliates -------------------------------------------- 381,791 Premiums Receivable ...:........................:...... 1,441,826 1,427,670 TOTALUABILITIESAND SURPLUS OtherAssetss-------- .....................•---_-----_--_.-:_... TO POUCYHOLDERS ............................ $ 31.062,634 TOTALADMITTED ASSETS--------------------- $ 31.062,634 investments are valued in accordance with reguireme6fs'of the National Association of ln-surance Commissioners - Investments with a cauying value of $452 427;638 are deposited with goverrimerit authorities as required by law. State, County & City of New York, - ss: Yvonne Baker, Assistant Secretary of the Federal Insurance Company being duly swom, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 2010 is true and correct and is a true abstract of the Annual'Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 2010- Subscribed and sworn to before me this 'v Notary Public 4--- DOROTHY R BAKER Assistant Secretary Notary Public, state of New York No. 31-4904994 Qualified in New York County Commission Fires Sept 14, 2013 romt 15-1 D-Mi3h (fie!_ 3111) Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll -free telephone number for information or to make a complaint at 1-800-36-CHUBB 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 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent 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. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al nlimero de telefono gratis de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB 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 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comumcarse con el agente primero. Si no se resueve 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. Form 99-10-0299 (Rev. 1-08) EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of'the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 13 day of January 2012 Assistant Secretary Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by WILLIAM J. MILLS, Vice President, and GERALD F. HALEY, Assistant Secretary, in purl n ()i granted by Article Vl, Section 2, of the By -Laws of said Companies, which are set forth on t o n reby certified to be in full force and effect on the date hereof, does hereby nomin t' t po p INI and Stacy RIVERA, both of Hartford, Connecticut, EA rQP ul t -m-Fact, to make, execute, seal and deliver, for, and on its behalf as surZlua a " nd I onds and undertakings, and the execution of such bonds or 'tip t e shall be as binding upon said Companies, as fully and amply, to all into P es, a t u y executed and acknowledged by the regularly elected officers of the Company at i o e i B d., ' their own proper persons. This power of attorney revokes that issued on behalf of Jeannette P P to ERA, dated August 6, 2004. The said Assistant re does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 29th day of December, A.D. 2009. ATTEST: REAL 4 "una State of Maryland I ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Gerald F. Haley Assistant Secretary By: William J. Mills Vice President On this 29th day of December, A.D. 2009, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ,jl<.rti11J "y�. rrlrll }t{lttt Constance A. Dunn Notary Public My Commission Expires: July 14, 2015 POA-F 142-0587A FIDELITY AND DEPOSIT COMPANY OFAIARYLAND 600 Red Brook Blvd., Suite 600, Owings Miffs, MD 21117 Statement of Financial Condition As Of December 31, 2010 Bonds... ............ .......................................... ........... Stocks., ............................................. ......... Cash and Short Team Investments ........................ Reinsurance Recoverable ...................................... Other Accounts Receivable........... I ....................... TOTAL AE&fl BD ASSETS ....................... _..... ASSETS ...................... :................................................. $ 167,717,443 .......:................................................................ 23,571,636 ........................................................................ 250,663 ................................................................... 479,827 ...................................................................... 44,516,527 ........................................................................ $ 236,535,096 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses ... .......... ........ ......... ......... ......... ......... ................ $ 225,295 _ Ceded Reinsurance Premiums Payable............................................................................................ 39,963,782 Securities Lending Collateral Liability ............................. ...................... :........................................ 3,077,700 TOTALLrABILJTIES.................................................................................................................... $ 43,266,777 CapitalStock, Paid Up........................................................................................ $ 5,000,000 Surplus................................................................................................................ 188,268,319 Surplusas regards Policyholders...................................................................................................... 193,268,319 TOTAL..................................... ................................................................................................... $ 236,535,096 Securities carried at $45,648,865 in the above statement are deposited as required by lain. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of December 31, 2010 market quotations for all bonds and stocks owned, the Company's total admitted assets would be $245,239,534 and surplus as regards policyholders $201,972,757. I, DENNIS F. KERRIGAN, Corporate Secretary of the FmELTTY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit of the. assets and liabilities of the said Company on the 31st day of December, 2010. Secretary State of Illinois City of Schaumburg I SS' Subscribed and sworn to, before me, allotary Public oftbe State oflllinois, in the City oESchaumburg, this 31st day of March, 2011. NotaryPuhllc OFFICIAL SEAL OARRYL JOINER Notary Public . State of tltinoia Y Cammisslon Expires May 3 2014 Fidelity and Deposit Company of Maryland Home Office: P.Q. Box 1227, Baltimore, MD 21203-1227. IMPORTANT NOTICE To- obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll -free telephone number for information or to make a complaint at: . 1-800-554-5155 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. Sox 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLA-EK DISPUTES: Should you have a dispute conceminbr the premium or about a claim, you should first contact Fidelity and Deposit --Company of Marytand or Colonial American Casualty and Surety Company. 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. cesaWT)n MR/nIl The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Marie Perryrmn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Federal RoRance Company & Fidelity and Deposit Company of Maryland Surety B� (Title Marie Perryman, Attorney—Rr Fact Approved as to form: City of L By: Z 4 City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, the must have copy of power of attorney for our files. 2 11Chubb. POWER redemtinsurano-a company. AtiTU Surely Department OF Vigilant kmEance € Pang 15 MoUa#ain VRLW Road' Surety- ATTORNEY PaafEc Indemnity Compatly YVarrei�, Rd S7g59 Know Alt by These PMents, That FEDERAL INSURANC-E .Cf?MPANIr, an tndFana *GWm Lott, YtCttiLkN T INSURANCE COMPANY, a view Yodk'cofpoMfioa, and• PACtFfC INDEMNtiY CCMPAFiY; a Mscoasin copo;aiion, do each fweby cons4kaft and appolnt Jack M. Crowley, Steven R. Foster, Marie Pe"matl and Pairida i, Smith of Dania% Texas each as their true and Ettwftl Attorney- (n-Fad to emottte under such deskmat(on In OwIr namss and to afflfc ffuk o0gxxa% s'a* to artd deliver i x and cut their battaft ee a arty. thOMM or O�1orvAse. bonds erut txr erfakk>gs and other wrtfittas oSUgattrty in fhe naturo ftrea` (l�tfier t(uttbalt txxidsj yi"ll ore 8XWAQdtn the courss of 6uslaess, and any, tns(rvmenfs amending w aitedrq 1the same, and consents to fhe mafftca6olt or attetsf3ai of attykatumwdreJermc.to la said bonds or ob i ' u. to W(tnose Wftereot, said FEDERAL tSURANCE COMPANY, VIGECANT LNSURWoeooMpAtVY; and PACIFIC INDE MNITY COMPANY have each executed ersd attested theserpresents arnd.a(tlxed thelr cotporate seals on this 164 day of. March. 201(S. Kenneth C. We'ndel Assfstard Secretary David (s- Jr_ Vice Prejildem STATE OF NEW rGRSEY On Ihis t si dayof Maroh, 2af0 before me, a NotaryPublic of New Jersey, pecs rtaitycerne Kennettt C. WendeL to me kno,n to be Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY. and- PACIFIC INDEMNITY COMPANY, the companies winch exeetned the roregoktg Power of An«ney. and the said Kenneth C. Wendel• being by me duty svort did depose and sey that he is Assistant secretary of FEDERAL INSC PUA COMPANY. VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY and knows the corporate seats Et%r,,L that the seals affixed to the foregoing Pc Ter of Anomey are such oocporats seats and %+ & thereto i tNxed by authortry of the 6y- Laws of sald Companies: and that he signed said Power of.Anorncy as. AWtstant Secretary of said Companies by Ike authority, and that he is acquainted yath David B. Nords. Jr., andknors him tots Vice President of said Companies and that It,. signaiwe-ot Da id 9. Nonis, Jc„ sutxcnbed So said po er of Attorney is. in the genuine handwrieng of David 8. thtorris, Jr_ and was thereto s -bscrfied by authority of said ry. Laws a(SdriA 6eponeors Pcssence. Notacie.( seat KA-T-HERRf E L ADE[AAR \tie NOTAKY PUBUC OF NEW JERSEY yg 49Y No 2316685 Cominir.Aton EiP+re:lulY 16, 20 t4 � �'UE�IC Nc:acy Porter CEt I nFfr-ATION Extract from the By -Lens of FEDERAL wsupAnceoompAKY. V(GtIANT INSURANCE COMPANY.. and PACIEfC WOEMNETY COMPANY. -Alt poNecs -K a*omey Sax ard'o. Fwhatf of Loa Comp -ay may and shall be execuAed In the name and on behalId the Company. either by the Cna(rmaa or the Presideirt x a Vice President or an Assistant Vice President; EoinIty runt Ilia Secretary or are Assistant Secretary, under than respective designarw,n The signature of such otrwers way be ongraved, prL-Aed or lithoomphed_The signafura of each of the toffowirV oKcom Chalrman, President. any Vice pmsident any Assistant Vice President arty seaetaiy. any Assistant Secretary and thb seal. of the Company may be affixed by to 4mlle to any power of atYerney or to any eecfttfeate reraGng thereto appotrteng AsSis',arn Seorstaeies of Attomeys- in- Fad for purposes only d executing end*attesfauo bonds and undonaldngs end othar wdiictgs c 6llgatocy in the nature Itwoot and any such power of attorney or cecfiVcate bearing such fac*T" signature x faosimlle seal 'stall be valid and binding upon the C Tipany and Bay such pourer so executed and coolfted by such lacsimile signature and (acs(mile seatshalt be valid end binding upon the Ct.,p cry worth respect to arty bond or undertaking W"Ich.1t Es attached- L Kenneth C. Wendaf. AssL%t. Seaatery of FEDERAL INSURANCE COMPANY. VIORANT INSURANCE OOMPANY, Arad PACIFIC INOEkNfiY 03WAt ty (the --C.on>,ca -) do hereby owilly Vial . 1i3 Vie foregoing axtrsa t;t the By -Le ns-ot the Companies is true and correct, (iQ ttte Companies are duly fioarsed and authorized to tansaet surety businsss in at[ 50 of the United States of America and the Dislrid of Co(umbEe and are —thO fled try the U.S. Treasury DepadrneM turthar, Federal and VigiterK are fieensed in Puerto Rico and the U.S. V'trgin lsEar>ci<, and Federal is licensed in American Simoa. Guam, and each of the Provinces of Canada.except Prince Edward (stand; and (s the foregoing Powar of Anomey is true, correct and kr futl force and effect Given under nW hand and seaksof said Companies at Warren, Kj this .January 13, 2012 ap 4SpTFAF t rt t Ttytk'Y04(.n Kenneth C Wanes Assiant Secretary IN THE EVENT*YOU WOi Td NCMFY US OF A G AIK VERIFY THE AUT HEwn STY oF Ti-AS soND OR NmFY t!S QF ANY o7l-tim MATTER. PLEASE Ct'?N'CACT t!S AT ADDRESS LMTED ABOVE, OR BY Temept:na W%. 94'r 3493 Fax (908) 903-3ESe- e-€r(at star dnk( l:asn Fart Is-10- ( - U fe(L s- 04 OXMS vT EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 13th day of January , 2012 Assistant Secretary Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, As 's t ursuance of authority granted by Article Vl, Section 2, of the By -Laws of said Companies, n t side hereof and are hereby certified to be in full force and effect on the date her nu )3 appoint Steven R. FOSTER, Marie PERRYMAN, Jack M. CRO cia p dison, Texas, EACH its true and lawful agent and Attorney -in -Fact ° eal i on its behalf as surety, and as its act and deed: any and all bonds and X alf of Independent Executors, Community Survivors and Co P a ians of such bonds or undertakings in pursuance of these presents, shall be as binding rrn id o f and amply, to all intents and purposes, as if they had been duly executed and acknowledged b 1 cted officers of the Company at its office in Baltimore, Md., in their own proper persons. This power rney revokes that issued on behalf of Steven R. FOSTER, Marie PERRYMAN, Jack M. CROWLEY, Patricia A. SMITH, dated May 6, 2009. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 16th day of March, A.D. 2010. ATTEST: ',gyp OEPpS� � vi � f V BEAL State of Maryland I ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Gregory E. Murray Assistant Secretary By: Theodore G. Martinez On this 16th day of March, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. \itt`,a�il`t.. .�'NAY r (J! �tl ltlltit`` Constance A. Dunn Notary Public My Commission Expires: July 14, 2015 POA-F 168-0202A yv , STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253�021(a) OF THE TEXAS GOVERNMENT CODE t._ (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Sure s , as Sure s are held and firmly bou d unto the h'() tY( )� y City of Lubbock (hereinafter called the Obligee), in the amount of SEVEN HUNDRED FIFTY-FIVE T USAND FIVE HUNDRED NINETY DOLLARS ($755,590) lawful money of the United States for the payment w ereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns/jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certa' written contract with the Obligee, dated the 1ST day of December, 2011, to and said Principal under the law is required b ore commencing the work provided for in said contract to execute a bond in the amount of said contract which contrac is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CO ITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and mate al to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be id; otherwise to remain in full force and effect; PROVIDED, HOWEVER, at this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all rabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it ere copied at length herein. IN WITNESS WHE OF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2011. Surety (Company Name) *By: By: (Title) (Printed Name) (Signature) �r (Title) : i 4 . :€ The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 PERFORMANCE BOND Page Intentionally Left Blank Bond No. 82293201/9075350 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Siemens Industry, Inc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and Federal Insurance Company & Fidelity and Deposit Company of Maryland (hereinafter called the Surety(s), as Surety(s), are held and firmly bound who the City of Lubbock (hereinafter called the Obligee), in the amount of . Seven Hundred Fifty Five Thousand FiveDoltars ($_ 755,590.00 ) lawful money of the United States for the payment whereof, the said Principal and Surety bind 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 Ist day of Decker , 2011, to Full Service Chlorine Dioxide Program 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 wade a part hereof as fiilly 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 faithfully perforni 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 13 day of January 1)wu 2012 Federal saran' maanv & Surety By. ( tle) Stacy Hundred Ninety r. Attorney—IrrFact Siemens Industry, Inc. (Company Name) By �Whh'd L-110f e14 (Printed Name) (Signature) f ivwx MQlnaeP r (Title) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 GHtlBB Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Aiza Lopez, Jeannette Porrini and Stacy Rivera of Hartford, Connecticut -------------- each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. in Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 5th day of October, 2011. Kenneth C. Wen el, Assistant SecretaryB. Norris, Jr., Vice President STATE OF NEW JERSEY ss. County of Somerset On this 5th day of October, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, tome known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By - Laws and in deponents presence. Notarial Seal �{1TARY�� PUBLt� y VJQ '. KATHERINE J. ADEUTAR NOTARY PUBLIC OF NEW JERSFti Ne. 2316685 Commission E*rn July 16, 2014 CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powersof attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' 1, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies") do hereby certify that () the foregoing extract of the By- Laws of the Companies is true and coned, () the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U-S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (rr) the foregoing Power of Attomey is true, correct and in full force and effect - Given under my hand and seals of said Companies at Warren, NJ this 13 s°�Cc .�vvixm �a�a^"cF s i �81AN�' rySrppS�� Mom, day of January 2012 Kenneth C. Wifndel, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com Form 15-10- 0225B- U (Ed. 5- 03) CONSENT EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 13 day of January 2012 Assistant Secretary Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by WILLIAM J. MILLS, Vice President, and GERALD F. HALEY, Assistant Secretary, in purs n 0, granted by Article VI, Section 2, of the By -Laws of said Companies, which are set forth on t ( o n reby certified to be in full force and effect on the date hereof, does hereby nomin t' t po Q INI and Stacy RIVERA, both of Hartford, Connecticut, EACH t -in-Fact, to make, execute, seal and deliver, for, and on its behalf as sur to a nd I onds and undertakings, and the execution of such bonds or ua t eshall be as binding upon said Companies, as fully and amply, to all in� es, a t u y executed and acknowledged by the regularly elected officers of the Company at i0SO e i B , ' their own proper persons. This power of attorney revokes that issued on behalf of Jeannette P P a ERA, dated August 6, 2004. The said Assistant - re does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 29th day of December, A.D. 2009. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY a.�v oePos,.4 -81r&AL e�wy, Gerald F. Haley Assistant Secretary State of Maryland I ss: City of Baltimore By: William J. Mills Vice President On this 29th day of December, A.D. 2009, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2015 POA-F 142-0587A The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates _ „ ; P pP, , �,�� an agent resident in Lubbock County to whom any requisite notices may be delivered and otrtvhom service of process may be had in matters arising out of such surety ship. Federal Insurance Company & Fidelity and Deposit Company of Maryland Surety *B Y2�d� (Title Attorney—Irr-Fact Approved as to Form City of b ck By: C AAttorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. FgwEfi �erai Insuras� Company. Attm Surety{ Department- C Ea. OF M Pad18 MOURtairt OW Road- Surety- AiTQRNEY' �Iiq�tatt�Zt�suratteef,�ti�Ran� Warr fac Indemnity Company et-4 Hid. 07059 Know Alt by These Presents, That FEDERAL. INSURANCE COMPANY. an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York'corporation, and PACIFIC 1NDEMN(TY COMPANY; a Wiscocisin corporation. do each hereby constitute and apPOint Sack M. Crowiey, Steven R. Faster. Made Perryman and Patricia A. Smith of Dallas, Texas each as tltek Rua and taw(u(Aftom%, rn- Fact to execute tr,der t uch dasignatlan In their names and to affix their cdit3ec to writs to and deliver Sur and Mttteirbsh K se carraty. thereat or o¢t*rW_-e, bonds end ticidettatdngs acid atfier mi5rgs drKgattrty in the naturo rharear tot w than •bait si"a or exearted in the course of business, and any. ktsttutnents amanding or altering the same, aid oonsanfs to tf% modification or atieratiod of anyrnstrument refs redto laseid braids orobtige6ons, In Wknosa Whereof. said FEDERAL iSURANCE COMPANY, ViG"NT tNSURARCe CO$4PANY, and PAC(RO tNDEMN" COMPANY have each executed and attested these- presents and -affixed their corporate seats on this let day of Match, 2010. �henne[h C. WendeL Asstz*arrt Secretary !" David . (s. Jr_ Vice PrepderrT STATE OF NEW JERSEY County of Somerset ss. On this t st day of Maraft, 20f0 before me. a Notary Pubric of New Jersey, pomonaltycarae Kenngin C. Wendet tome known to be Assista-( Soi-retary of FEOERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY- and PACtRC INDEMNITY COMPANY, the nxx:hpanies deli executed the foreootng Power of Ananey- and the said Kenneth C. Wendel, being by me duty svom did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COIAPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seats thereon that the seats affixed to the foregoing Po,,vac of Attorney are such co<porate seats and ,era thereto stfi ed by authority ar the thy- Laws of said Companies; and that he signed said Power of. Anu cy as Assistant Secretary of said Osmpanies by like authority, and that he is acquainted with David S. Norris, Jr_ and kno 4 m him robe Vice President of said Companies' and that th - signaivre.o( David G. Norris, Jn_ subscribed to said Power of Atiomey Is -in the genuine handwriting of David 8. M+ is, Jr_ end was (hereto subscribed by authority of said By. Laws ao�fry deponenCs prssence. Notanis! seat KATHERINE 1. AOELAAR \tit KOTARY PUBLIC OF N, iERSEY OTAq `� No 2316685 Cominic{ion U:pnre: July 16, 20T4 pU8LIC Notary Public CER T'1 FICATION Extract from the By -Lars of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC tNOEM(NITY COMPANY: "All powers at attorney for and'on i> half of the Company may arr f shall be executed in the name and on behe&of the Company, either by the Chairman or it. Pr'eshdeint or a Vice President or an Assistant Vice President, Jointly ,'dh the Secretary or arc Assistant Secretary, under their respective designations. The signature of such otrioers may be engraved, pruned or lithographed_ The signature of each d the foffowirw offhcers: Chairman. President. any Vtea Presddont. any Asststant Vice President. any Serraiaiy, any Assistant Secretary and thii seat of the Company may be at&xed try taosi.-mle to any pourer p( attorney or to any Cecf(Acale rotating thereto appointing Assistant Secretaries or Atl m ys.-in- Fad toc purposes only of executing and attesting bonds and undertakings and other wtilings ob4oatary In the nature tihereot and any such power of attorney or cecSiftcate beading such facsimle signature a facsimile seat shalt be valid and binding upon the CofnParty and any such power se exeecded and cantfred by such tai strnile signature and (acslmlie seal- shaft be valid and binding upon the Company Witt respell to any bond cr undertaking lo-whtch: it is attached- L Kenneth C. Wendel, Assfstam Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PAOtR0INDEMNITY COMPANY (the -companies-) do hereby oecttfy that 6) the foregoing extract of the By-Lewro( the Companies is true and correct. (ice the Companies are di ly liomhsed and authorized to transact surety business in all SO of the United States of Amer'r_a and the District of Columbia and are autr-dzed by the U-S. Treasury OepartrnenC further, Federal and Vigitare am licensed in Puerto Rico and the US. Virgin Islands, and Fedora{ is licensed in m Aerican Samoa. Guam, and each of the Provinces of Canada -except Prince Edward Isiard: and n the foregoing Power of Attorney is two. correct end irr full force and effeaL Liven under ray hand and seals of said Companies of. warre n, Ni this' January 13, 2012 3 `FC, . 'Ivh.uar Div � . uiyrd{p1F .. NKSd' t E N'YOtlf" Kennew C. WanaaV Assisi artt Sectaary IN THE EVE 'YOU W0i TO WMFY US OF A CllatK VERIFY THE AU'TFt8hI CIW OF THS BOND QR NaTIFY CIS OE ANY 0�1-n i MATTER, PLEASE CONTACT US ATADDRESS t.i3TED ABOVEi OR BY Tel*hot-re M% 903- 3493 Fax (908) 903• 3ese e-marc sun chilbb =n Form 15-10- tom- U (Ed. 5- t3. CONSB\T EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 13th day of January , 2012 4� Assistant Secretary Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, As is t ursuance of authority granted by Article Vl, Section 2, of the By -Laws of said Companies, n t side hereof and are hereby certified to be in full force and effect on the date her Im h a appoint Steven R. FOSTER, Marie PERRYMAN, Jack M. CRO cla Bison, Texas, EACH its true and lawful agent and Attorney -in -Fact eal 56 i on its behalf as surety, and as its act and deed: any and all bonds a X alf of Independent Executors, Community Survivors and Co t� a fans of such bonds or undertakings in pursuance of these presents, shall be as binding u lull oand amply, to all intents and purposes, as if they had been duly executed and acknowledged b I cted officers of the Company at its office: in Baltimore, Md., in their own proper persons. This power rney revokes that issued on behalf of Steven R. FOSTER, Marie PERRYMAN, Jack M. CROWLEY, Patricia A. SMITH, dated May 6, 2009. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 16th day of March, A.D. 2010. ATTEST: tip Of PO C ftj� ror '�y REALW State of Maryland I ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Gregory E. Murray Assistant Secretary LE Theodore G. Martinez On this 16th day of March, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2015 POA-F 168-0202A STATUTORY PERFORMANCE BOND PURSUANT TOVthe 2253.021(a) OF THE TEXAS GOVERNMENT CO (CONTRACTS MORE THAN $100,0 KNOW ALL MEN BY THESE PRESENTS, that (hereinafter calipal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly b Obligee), in the amount of SEVEN HUNDRED FIFTY-FIVE TI ($755,590) lawful money of the United States for the payment wh and their heirs, administrators, executors, successors and assigns, joi WHEREAS, the Principal has entered into a certain December, 2011, to the City of Lubbock (hereinafter called the f, the said Principal and Surety bind themselves, and severally, firmly by these presents. contract with the Obligee, dated the 1ST day of and said principal under the law is required before con fencing the work provided for in said/contract to execute a bond in the amount of said contract which contract is hereb referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIO OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with t e plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and of ect. ., PROVIDED, HOWEVER, that this and 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 copi at length herein. IN WITNESS WHEREOF, the aid Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2011. Surety (Company Name) i' By. By. (Title) (Printed Name) (Signature) (Title) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. I - Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 CERTIFICATE OF INSURANCE Paye Intentionally Left Blank A� a® CERTIFICATE OF LIABILITY INSURANCE DATE /2012 /YYYY) 01/„/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MARSH USA, INC. 445 SOUTH STREET MORRISTOWN, NJ 07960.6454 CONTACT NAME: PHCN o E A/C No): E-MAIL ADDRESS: INSURE S AFFORDING COVERAGE NAIC # INSURERA : HDI-Geding America Insurance Company 41343 100129-SWT-:11/12 4760 WHALE INSURED SIEMENS INDUSTRY, INC. WATER TECHNOLOGIES BUSINESS UNIT INSURER B : Liberty Mutual Fire Ins Co 23035 INSURER C : Liberty Insurance Corporation 42404 INSURER D : N/A N/A 181 THORN HILL ROAD WARRENDALE, PA 15086 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: NYC-006323094-01 RFVISInN Nt1MRFR: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I�TR TYPE OF INSURANCE ADDL SUER POLICY NUMBER MM/LDDY� MM%DD� LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE M OCCUR GLD11101-03 10/01/2011 10/01/2012 EACH OCCURRENCE $ 1,000,000 DAMAGE E E - PREMISES Ea occurrence $ 1,000,000 MED EXP Any one person) $ 100,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 7,500,000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY PRO- LOC PRODUCTS -COMP/OPAGG $ INCL. $ B AUTOMOBILE Ix LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED X AUTOS AS2-631-004334.121 10/01/2011 10/01/2012 COMBINED SIN LE LIMIT Ea accident 5,000,000 BODILY INJURY (Per person) $ NIA BODILY INJURY (Per accident) $ N/A PeOracn DAMAGEHIREDAUTOS $ N/A A X UMBRELLA LIAB EXCESS LIAB rd OCCUR CLAIMS -MADE CUD11102-03 10/01/2011 10/01/2012 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DEC) I I RETENTION $ $ C C C WORKERS COMPENSATION ANDEMPLOYERS' LIABILITYORY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A WA7-63D-004334-011 (ADS) WC7-631-004334-021 (OR, WI) EW5.63N-004334-421 (OH) 3500K LIMIT / $500K SIR' 10/01/2011 10101/2011 10/01/2011 10/01/2012 10101/2012 10/01/2012 X I WCSTATU- OTH- E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, it more space is required) CITY OF LUBBOCK AND PARKHILL, SMITH AND COPPER AND BLACK & VEATCH CORPORATION ARE HEREBY ADDITIONAL INSURED AS OBLIGATED UNDER CONTRACT. SUCH INSURANCE AS IS AFFORDED BY THE ADDITIONAL INSURED ENDORSEMENT SHALL APPLY AS PRIMARY INSURANCE & OTHER INSURANCE MAINTAINED BY THE CERTIFICATE HOLDER SHALL BE EXCESS ONLY & NOT CONTRIBUTING WITH INSURANCE PROVIDED UNDER THIS POLICY. WAIVER OF SUBROGATION IS EFFECTUAL. CITY OF LUBBOCK ATTN: MARTA ALVAREZ 162513TH STREET, ROOM 204 LUBBOCK, TX 79401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukher)ee _1AAx .AAk%" 170�� ©1988-2010 ACORD CORPORATION. All rights reserved ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD No Text HQI-GERLING AMERICA INSURANCE COMPANY MANUSCRIPT ENDORSEMENT # 34 Policy Number Named Insured G i?11101-03 SIEMENS CORPORATION Policy Period: Inception (M-D-Y) Expiration (M-D-Y) Effective Date and Time of Endorsement 10-01-11 10-01-12 10.01-11 12 01 a.m. Standard Time at Address of the Insured. This Endorsement Changes The Policy. Please Read It Carefully. This endorsement modifies insurance prodded under the tbNowing Commercial General Liability Coverage Form Who is an Insured Is amended to Include as an Insured any person whom you are required to add as an additional Insured on this policy under a written agreement. The Insurance coverage provided to such additional insured applies only tothe extent required within the written agreement. The Insurance coverage provided to the additional insured person shall not provide any broader coverage than you are required to provide to the additional insured person in the written agreement and shall not provide limits of Insurance that exceed the lower of the Limits of Insurance provided to you In this policy, or the limits of insurance you are required to provide in the written agreement. The insurance provided to the additional insured by this endorsement Is excess over any valid and collectible other Insurance, whether primary, excess, contingent, or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the written agreement specifically requires that this Insurance apply on a primary basis, this insurance is primary. If the written agreement specifically requires this insurance apply on a primary and non-contributory basis this insurance is primary to other insurance available to the additional Insured and we will not share with that other insurance. This endorsement shall prevail over additional insured endorsements that may apply under this policy unless required otherwise In the written agreement. All terms and conditions of the policy remain unchanged. THIS ENDORSEMENT MUST BE ATTACHED TO A CHANGE ENDORSEMENT WHEN ISSUED AFTER THE POLICY IS WRITTEN. Page 1 of 1 No Text THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modified insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement Identifiesperson(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not after coverage provided in the Coverage Form. SCHEDULE Name of Person(s) or SEE A'1TACHM SCHWUIE? Organizations) ANY PERSON OR ORGxAbnZATION REQUIRED BY WRzITM CONi'RACr Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. Policy No: A$2-631-004334-121 Issued By: 11berty Mutual Fire Insurance Company Effective Date: 10/01/2011 Expiration Date: 10/01/2012 Sales Office: NEW YORK, NY 0202 Endt Serial No: TBD CA 20 48 02 99 Copyright, Insurance Services Office, Inc.,1998 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM Premium: Name of Person or Organization Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only If the contract Is executed prior to the Injury or damage occuring. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US condition Is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for Injury or damage arising out or your operations of a covered auto done under contract with that person or organization. This waiver applies only to the person or organization shown in the Schedule above. Policy No: A52-631-004334-121 Effective Date: 10/01/2011 Expiration Date: 10/01/2012 Sales Office: NEW YORK, NY 0202 Issued By: Liberty Mutual Fire Insurance Company EndtSefial No: TBD AX 1210 02 05 Page I of 1 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We YAII not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or Indirectly to benefit anyone not named In the Schedule. Schedule ANY PERSON OR ORGANIZATION REQUIRED BY WRITTEN CONTRACT Issued by: LIBERTY INSURANCE CORPORATION For attachment to Policy No WA7-63D-004334-011 Effective Date 10/01/2011 Premium $ Issued to: SIEMENS CORPORATION WC 00 0313 0 1983 National Council on Compensation Insurance, Inc. Page I of I Ed. 4/11/11984 POLICYNUMBER: GLD11101-03 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION TO THE EXTENT REQUIRED BY WRITTEN CONTRACT The following Is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown In the Schedule above because of payments we make for Injury or damage arising out of your ongoing operations or "your work* dome under a contract with that person or organization and Included In the "products - completed operations hazard". This waiver applies only to the person or organization shown In the Schedule above. CC 24 04 05 09 to Insurance Services Office, Inc., 2008 Page 1 of 1 13 CERTIFICATE Or INSURANCE TO: CITY OF LUBBOCK DATE: 9 / 2 7 / 11 P.O. BOX 2000, Hoann 204 SIEMENS INQUSTRY,:INC. Water reatment Plant LUBBOCK, TX 79457 WATER-TECHNOLbGIES TYPE OF PROJECT: Chlorine Dioxide THIS IS TO CERTIFY THAT BUSINESS UNIT (hamc and Address of insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this wimianr. the Anther hereinafter described. Exceptions to standard nntiev noted hereon. TYPE O LVSURANCE POLICI' NUMBER k:FFJrCrm. FFFFCTIVE LEWIS VATE %ATE GENERAL LMSILIn' L Couuueixini Genera) 1.1ahility Generul Aggrugatc C Claims Made Products-Contp/01vAGG S C Occurrence Personal A; Adv. injury S n Omices d: Contractors Proteclire Facie Occurrence S 0 Fire Damage (Any one Fire) S Med Exii(Any one Person) $ AII719110TIYE LIABILU 1' X Any Auto ConntanedSuigleLinntiS_.;,PM000 X All Owned Antos u SciteAuted Antos AS2-631=004M4-12 10/1/10 Bodily htjuty (Per Person) S. dcxtiiy Ltjury (Per Accident) S Hired Autos Property Asmage S X Non-O%tmed Autos 0 GARAM LIAB1117'Y r Any Auto Auto Only - Each Accident 3 C Outer than Auto Only: EachAccidcnt t Aggrepte S _ U BU/LUERIMTK Ll 100% of the Twill Contract Price S ri INSWLATIO.YTLOATEIt S 9.110ESSLIADW IT C Umbrella Form Each Occurrence S Aggregate n Uttxr Than Umbrella Form S N'URKERYCO.t/PEN&f TIO1' AVD E,UPL OYE RS' L I,1 R 11 I l7' 'lire Piopdetort X Included Statutory Limits PattnerstF.xecative excluded Eacln Accident S 1,000" .:. . Offtcors are: Dkeue Policy Limit ST0001 w— Disea'wriacin Employee $ i.00Q000., OMER The allow policies cithcr in lite body thereof ar by appropriate endorsement provide that they may lint he changed or cunceled by [Ito Insurer in less than the legal time required niter iltc insured tins received wduen notice of such t.�lmnge or cancellation, or In case there is no legal reyuirginent, In less than five days in advince of coacclhntion. LIBERTY MUTUAL.FIRE INS CO / LIBERTY FIFE COPIES OF THE CERTIFICATE OF INSURANCE INSURANCE CORPORATION Naliie�of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK q . By: V Title: t (EK& LCC- a4)ZD1iViAr ez The Insurance Certificates furnished sliall name the City of Lubbock its a Primary Additional Insured on General Liability and provide K Waiver of Subrogation on all policies in favor of the City of Lubbock. THE ADDITIONAL INSUPED ENDORSEm1.FvT SHALL V qCLUDE l'RQDCIC'I'S AND CO&OLE T1J 01,tRATtONS. Pale Intentionally Left Blank CONTRACT Page Intentionally Left Blank CONTRACT 10151 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 11_` day of December, 2011 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Siemens Industry, Inc. of the City of Sarasota, County of Manatee and the State of Florida hereinafter termed CONTRACTOR. WITNESSETH: 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 commence and complete the construction of certain improvements described as follows: RFP 11-10151-MA - LAKE ALAN HENRY WATER SUPPLY PROJECT - SOUTH WATER TREATMENT PLANT - CHLORINE DIOXIDE PROCUREMENT PACKAGE and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Siemens Industry, Inc.'s proposal dated September 27, 2011 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: COMPLETE ADDRESS: Company S Tc _ Address ._ City, State, Zip < r -- ZLI-Ig-3 ATTEST: ` Corporate Secretary CITY OF LUBBOCK, TEXAS WNER): By: MA 'OR ATTEST: City Se AS TD(CONTENT: Reed, Chief of 76Z AS FORM: City Attorney Pate Intentionally Left Blank SIEMENS INDUSTRY, INC. OFFICER'S CERTIFICATE I, Darryl L. Peake, Assistant Secretary of Siemens Industry, Inc., a Delaware corporation (the "Corporation"), do hereby certify on behalf of the Corporation that Jennifer Miller is Vice President and General Manager of the Municipal Services Unit of the Municipal Business Segment of the Corporation, and that in such capacity Ms. Miller has full power and authority to execute and deliver the Corporation's bid and all related ancillary agreements, documents and instruments for the supply, delivery and service of Chlorine Dioxide to the Lubbock Lake Alan Henry Water Supply South Water TP CL02 located in Lubbock, TX. IN WITNESS WHEREOF, the undersigned has executed this Certificate on the day of September, 2011. Darryl L. Peak Assistant Secretary GENERAL CONDITIONS OF THE AGREEMENT Paee Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 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 Successful Offeror Siemens Indus . Inc. 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 Wood Franklin, City 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. A a 10. 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. 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, furnish 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 operational and ready for the Owner's continuous use as intended. All initial training for the Owner personnel required by the specifications by the Contractor and subcontractors and suppliers shall have been completed. All final operations and maintenance manuals shall have been submitted and given a disposition of "no exceptions noted". All process, plant control, and SCADA equipment shall be installed and operational or temporary arrangements satisfactory to Owner shall have been made. LAYOUT 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. 11. 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. 12. LINES AND GRADES All work shall be done to the lines, grades and elevations indicated on the Drawings. Basic horizontal and vertical control points will be established or designated by ENGINEER to be used as datum for the Work. All additional survey, layout, and measurement work shall be performed by CONTRACTOR as part of the Work. 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. 13. 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. 14. SUPERINTENDENCE AND INSPECTION 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 Representatives, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish 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. 15. 1 b. 17. 18. 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. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful 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 under 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 21 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. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under 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. 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 furnish same, and it is also understood that Owner shall not be held responsible for 4 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 structures 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 structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 19. 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 Contractor's 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 furnish 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. 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 unless 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 under 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. 20. DEFECTS AND THEIR REMEDIES 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 21 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. 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 under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished 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. 22. EXTRA WORK 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 21. It is agreed that the Contractor shall perform all extra work under 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 performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; 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 firm 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, trucks, 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 construction 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. 23. 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 seven (7) 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. 24. 25. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT 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 under 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. 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 Construction" 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 harmless the Owner and the Engineering firms of Parkhill, Smith and Cooper and Black & Veatch Corporation 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 unliquidated, 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. 26. 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, 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) 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 Contractor shall procure and carry at its 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 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 prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEERS (PARKHILL, SMITH AND COPPER AND BLACK & VEATCH CORPORATION) AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSUREDS. 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. THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1.000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. DELETED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500.000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. DELETED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,00,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. F. 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 $500,000 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. 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 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. 3. 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 during 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. �1 The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: 1-1 (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of ! 10 t' e -i 1; 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. 7. 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; (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; 11 G. (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. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (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. 12 (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 during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: 1_ (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 rules. This notice must be printed with a title in at least 30-point bold type and text 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: 13 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of tire identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (1vww.td4stateax.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) 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; 14 (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. ` 27. 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. 28. 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 25 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 furnishers 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 furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 29. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION 15 c 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 25 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. 30. 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 25 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 i to Owner's Representative of such variance 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. FJ 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. 31. SUBCONTRACTING U The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further 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. 32. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES 16 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 may withhold permanently from Contractor's total compensation, the sum of $250.00 (Two hundred fifty dollars and no/100s PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally 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 may withhold permanently from Contractor's total compensation, the sum of of $250.00 (Two hundred fifty dollars and no/100s) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall fail to meet the time requirements stipulated for finally 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. 33. 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 construction; 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 start the several parts of the work and estimated dates of completion of the several parts. 17 r 34. 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 32 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 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. 35. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within 1J 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 during 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. 36. 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 furnished 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 furnished 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 fnnished 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 from 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 furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 37. PROTECTION OF ADJOINING PROPERTY 18 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 25 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. 38. PRICE FOR WORK In consideration of the furnishing 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 full 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. 39. 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. 40. PARTIAL PAYMENTS No partial payment for installation of the equipment will be made. Payment shall be as indicated in Special Conditions, Paragraph SC-4. 41. SUBSTANTIAL COMPLETION 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. 19 42. 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 31 st 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. 43. 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 conforming 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 two (2) years from the date of certification of final completion by Owner's Representative. ' 44. 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 schedules as requested by Owner, 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. 20 a _ t 45. 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 under 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 further 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. 46. 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 from 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 22 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 service 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 21 by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum 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 42 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 terms 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 turned 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 cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in 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 32, hereinabove set forth. 22 47. LIMITATION ON CONTRACTOR'S REMEDY 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. 48. BONDS The Contractor is required to furnish 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 furnished. 49. 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. 50. 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 unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 51. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, 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. 52. 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 23 E 53. 54. 55. 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 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 construction 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. NONAPPROPRIATION All funds 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 funds 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. THE CITY RIGHT TO AUDIT At any time during 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 24 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 from any payments due Contractor. 25 Page Intentionally Left Blank Section 00800 SPECIAL CONDITIONS — LIST OF SUBJECTS SC-1. DEFINITIONS SC-2. TIME AND ORDER FOR COMPLETION SC-3. TECHNICAL INFORMATION SUBMITTAL SC-4 PAYMENT SC-5 BASIS OF PROPOSAL AND SELECTION CRITERIA (City of Lubbock, Texas ) 00800 August 26, 2011 (South WTP ) -1- (Chlorine Dioxide Procurement Package) (161704 ) *Page Intentionally Left Blank* v I v U is Li (City of Lubbock, Texas 00800 August 26, 2011 (South WTP -2- (Chlorine Dioxide Procurement Package) (161704 SPECIAL CONDITIONS SCOPE. 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. All provisions which are not so amended or supplemented remain in full force and effect. SC-1. DEFINITIONS. The following definitions are applicable throughout the Contract Documents: OWNER — The City of Lubbock, Texas. The word "Owner" shall be synonymous with the words "City" and "Buyer". OFFEROR — The person or party furnishing the goods and services under this solicitation. The word "Offeror" shall be synonymous with the words "Supplier", "Bidder", and "CONTRACTOR". ENGINEER — Black & Veatch Corporation, 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. CONSTRUCTION CONTRACTOR — The general contractor who is constructing the Lake Alan Henry Water Treatment Plant. CONTRUCTION CONTRACTOR is Archer Western Contractors. OFFER — The bid or proposal submitted on the prescribed form setting forth the prices for the goods and services to be provided. The word "Offer" shall be synonymous with the words "Bid" and "Proposal". SC-2. TIME AND ORDER FOR COMPLETION. 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 South Water Treatment Plant raw water flow by May 1, 2012. Final installation shall be complete by July 1, 2012. The term of the Agreement for equipment rental, long-term operation and maintenance services, and for supplying sodium chlorate shall be for a period of 5 years, beginning at the date when final completion of the equipment installation is established by OWNER's REPRESENTATIVE. OWNER intends to extend the (City of Lubbock, Texas ) 00800 August 26, 2011 (South WTP } -3- (Chlorine Dioxide Procurement Package) (161704 ) term of the Agreement for an additional 5 year period if acceptable terms for an agreement can be negotiated with CONTRACTOR. SC-3. TECHNICAL INFORMATION SUBMITTAL. 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 hard copies and 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: A. 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. B. Process Description. Provide a written description of the process including all ancillary systems. C. 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. D. 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 there are none. It should be noted that any exceptions may be justification by OWNER for rejection of Proposal. E. 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 Purate in a timely manner. As a minimum, include the following: • Describe the firms overall history and experience with providing, installing, and maintaining the type of equipment proposed in municipal drinking water treatment plants. • 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. (City of Lubbock, Texas ) 00800 August 26, 2011 (South WTP ) -4- (Chlorine Dioxide Procurement Package) (161704 ) 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 personal 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. • Describe the firms approach to installing 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. • Describe the source of supply for the Purate 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 Purate is delivered on a regular basis. • 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. SC-4 PAYMENT. 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 and lump sum 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. Mobilization Fee. The lump sum price for Mobilization Fee shall include equipment freight, installation, startup, and training of plant personnel at startup. In no case may the mobilization fee exceed $15,000. Upon submittal of an acceptable invoice (City of Lubbock, Texas ) 00800 August 26, 2011 (South WTP ) -5- (Chlorine Dioxide Procurement Package) (161704 ) to the OWNER by the Offeror after the equipment is satisfactorily installed and placed into continuous operation and the installation is finally completed as established by OWNER's REPRESENTATIVE, Offeror will be paid the lump sum price proposed. 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 on a monthly basis upon receipt of an acceptable invoice. 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 on a monthly basis upon receipt of an acceptable invoice. Sodium Chlorate (Purace) Delivery. The price per pound is the cost to deliver bulk truck load quantities of sodium Chlorate to the City of Lubbock South Water Treatment Plant site. The price shall apply for a minimum of 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. Demobilization Fee. The lump sum price for Demobilization Fee shall include removal of the equipment if the contract is discontinued prior to the end of the 5 year contact term. In no case may the Demobilization Fee exceed the amount of $10,000. Offeror will be paid the amount of the Demobilization Fee upon receipt of an acceptable invoice after complete removal of the equipment. OWNER reserves the right to: • Discontinue the equipment rental at any time after a minimum term of 3 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. Discontinue the long-term Operation and Maintenance Services at any time with 60 days written notice. Discontinue purchase of sodium chlorate at any time with a 60 day written notice. At some time in the future, the OWNER may elect to purchase the equipment. Offeror agrees that a portion of the Equipment Rental cost, to be negotiated at the time of the purchase, will be applied to the purchase price. (City of Lubbock, Texas ) 00800 August 26, 2011 (South WTP ) -6- (Chlorine Dioxide Procurement Package) (161704 ) Offeror will be permitted to renegotiate the cost for Sodium Chlorate 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 chlorate 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. SC-5. BASIS OF PROPOSALS AND SELECTION CRITERIA. Add the following to the BASIS OF PROPOSALS AND SELECTION CRITERIA Article of the General Instructions to Offerors: Award of contract will be based on the results of a comparative process including the mobilization, demobilization, equipment rental, chemical cost, service, the non- financial factors identified herein, and CONTRACTOR'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 Evaluation Criteria FINANCIAL FACTORS 1. Mobilization fee From Proposal Submittal Form. 2. Equipment Rental Cost based on an equipment rental time of 5 years times the monthly cost from the Proposal Submittal Form. 3. Service Cost Cost based on providing performance support, operations assistance, and system maintenance over the 5 year term of the Agreement times the monthly cost from the Proposal Submittal Form. 4. Sodium Chlorate Cost based on an annual production of (Purate) Delivery 30,500 pounds of chlorine dioxide over the 5 year term of the Agreement. 5. Demobilization Fee From Proposal Submittal Form. (City of Lubbock, Texas ) 00800 (South WTP ) -7- L_ (Chlorine Dioxide Procurement Package) (161704 ) August 26, 2011 6. 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. 7. 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. 8. Responsiveness Location of Offeror's personnel and history of responding to requests for unscheduled service calls. 9. Compliance/Flexibility Does the design submitted meet the intent of the Technical Specifications? 10. List of Exceptions Do the exceptions taken by the Offeror indicate that project requirements will be comprised? a_ Summary of Non- PFnPUP=a c aI�F�ctcsrs momf6�t M"ki g tip 11. Safety Record Does the Safety Record Questionnaire indicate CONTRACTOR maintains a safe wor ing environment? �� rY Summa of$afety We�htinFac�or5/o g g �- The selection criteria used to evaluate each proposal includes the following: [I k 60% FINANCIAL FACTORS: The quality of Offerors is not judged solely lJ 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 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 price factor for the price score. For example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weighting Factor = J Financial Factors Score. 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 Weighting Factor = Non -Financial Factors Score) (City of Lubbock, Texas ) 00800 August 26, 2011 (South WTP ) -8- (Chlorine Dioxide Procurement Package)LI (161704 ) with the maximum point value available equal to the maximum point value for financial factors. 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 CONTRACTOR's Experience Modification Ratio. The CONTRACTOR must submit this ratio with his bid. CONTRACTORS 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 CONTRACTOR'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. End of Section (City of Lubbock, Texas ) 00800 August 26, 2011 (South WTP ) -9- (Chlorine Dioxide Procurement Package) (161704 ) *Page Intentionally Left Blank` k rl 8 i (City of Lubbock, Texas ) 00800 August 26, 2011 (South WTP ) -10--, (Chlorine Dioxide Procurement Package) (161704 ) Ll CITY OF LUBBOCK, TEXAS LAKE ALAN HENRY WATER SUPPLY PROJECT SOUTH WATER TREATMENT PLANT CHLORINE DIOXIDE PROCUREMENT PACKAGE TECHNICAL SPECIFICATIONS lubb'ock TEXAS "A City of Planned Progress" .,,i,W. M.LUPER""" 66138 B&V,PN 161704 BLACK & VEATCH CORPORATION REGISTRATION NO, F-2 1 58 *Page Intentionally Left Blank* r-- CITY OF LUBBOCK, TEXAS LAKE ALAN HENRY WATER SUPPLY PROJECT SOUTH WATER TREATMENT PLANT CONTRACT NO. 10151 CHLORINE DIOXIDE PROCUREMENT PACKAGE TECHNICAL SPECIFICATIONS TABLE OF CONTENTS Subject TECHNICAL SPECIFICATIONS DIVISION 1 —GENERAL REQUIREMENTS 01015 Project Requirements 01070 Abbreviations of Terms and Organizations �* 01300 Submittals 01610 General Equipment Stipulations 01612 Shipping 01614 Handling and Storage 01620 Manufacturer's Field Services 01650 Startup and Testing Requirements 01660 Training Requirements 01730 Operation and Maintenance Manuals DIVISION 2 THROUGH 4 — NOT USED DIVISION 5 — METALS 05550 Anchorage in Concrete and Masonry DIVISION 6 THROUGH 10 — NOT USED DIVISION 11 — EQUIPMENT 11115 Centrifugal Pumps 11729 Chlorine Dioxide Generators (City of Lubbock, Texas ) TC-1 (South WTP ) (Chlorine Dioxide Procurement Package) (161704 ) Pages 1:8 1:4 1:4 1:5 1:1 1:2 1:2 1:4 1:2 1:3 1:4 1:10 1 : 26 July 29, 2011 DIVISION 12 THROUGH 15 — NOT USED DIVISION 16 — ELECTRICAL 16050 Electrical 1:11 FIGURES Number Title Following Page 1-01620A Manufacturer's Representative Service Report 01620-2 2-16050 Cable Data (600-1-XLP-NONE-XHHW-2) 16050-11 4-16050 Cable Data (600-SINGLE-PAIR-SH-INSTR 16050-11 5-16050 Cable Data (600-SINGLE-TRIAD-SH-INSTR) 16050-11 APPENDIX A 11728 Chlorine Dioxide Generators Installation s B-Cl Overall Site Plan B-05 Yard Piping Plan — Sheet 3 of 6 B-C6 Yard Piping Plan — Sheet 4 of 6 B-C7 Yard Piping Plan — Sheet 5 of 6 ' �i B-C8 Yard Piping Plan — Sheet 6 of 6 1 PID03 P&ID — Terminal Storage Reservoir PID26 P&ID — Sulfuric Acid Feed System — Sheet 1 of 2 PID27 P&ID —Sulfuric Acid Feed System —Sheet 2 of 2 PID28 P&ID — Sodium Chlorate Feed System — Sheet 1 of 2 PID29 P&ID —Sodium Chlorate Feed System —Sheet 2 of 2 i (City of Lubbock, Texas ) TC-2 July 29, 2011 (South WTP }` i (Chlorine Dioxide Procurement Package) (161704 } I I PID30 P&ID —Chlorine Dioxide Feed System — Sheet 1 of 2 PID31 P&ID — Chlorine Dioxide Feed System — Sheet 2 of 2 F-Al.1 Overall Lower and Upper Floor Plans F-A1.4 Pretreatment and Chemical Feed Areas Lower Level Floor Plan F-A1.5 Chemical Containment Area Floor Plan F-A1.6 Pretreatment and Chemical Feed Area Upper Level Floor Plan J-C1 Lower Level Plan J-C2 Upper Level Plan J-C3 Chemical Containment Area Plan Y17 MCC-600 One -Line Diagram Y18 MCC-601 One -Line Diagram Y19 Miscellaneous One -Line Diagrams Y25 PLC-600 One -Line Diagram Y26 PLC-600 One -Line Diagram Y41 Chemical Feed Area — Lower Level Power Plan Y42 Chemical Feed Area — Upper Level Power Plan Y61 Miscellaneous Electrical - Power Plans (City of Lubbock, Texas ) TC-3 (South WTP ) (Chlorine Dioxide Procurement Package) (161704 ) July 29, 2011 *Page Intentionally Left Blank* (City of Lubbock, Texas ) TC-4 July 29, 2011 (South WTP ) (Chlorine Dioxide Procurement Package) (161704 ) Section 01015 PROJECT REQUIREMENTS 1. WORK COVERED BY THE CONTRACT DOCUMENTS 1.1 Proiect Description 1.1.1 Summary of the Overall Proiect. The overall project consists of a new, green -field, water treatment plant (WTP) which will use raw water from Lake Alan Henry to meet the water demands in the City of Lubbock's West and Southwest pressure zones. The WTP will be designed using a high -rate clarification pretreatment process, consisting of pre -oxidation with chlorine dioxide, conventional flocculation and sedimentation basins equipped with inclined plate settling equipment, and followed by MF/UF membrane filtration. Chloramines will be used for residual disinfection. The South Water Treatment Plant — Contract F is currently under construction and consists of the following major facilities: £, • Plant influent pipeline from the terminal storage reservoir to the flow distribution structure • Flow control structure • Raw water screening structure • Raw water flow distribution structure Two 7.5-mgd pretreatment trains • MF/UF membrane filtration with an initial capacity of 15 mgd • Reclaimed water basin and return pump station • Residuals thickening basin and thickened residuals pumps • Residuals drying beds • Evaporation ponds for membrane clean -in -place and maintenance wash wastes • Clearwell • Plant water pumps • High service pumping station • Chemical feed facilities including a room for installation of chlorine dioxide feed equipment • Operations building _s • On -site sanitary waste treatment system CONTRACTOR shall supply and install the chlorine dioxide feed and associated equipment, supply Purate, and provide long-term operation and maintenance services for the chlorine dioxide facilities as specified herein. CONTRACTOR (City of Lubbock, Texas ) 01015 July 29, 2011 (South WTP } -1- } (Chlorine Dioxide Procurement Package) (161704 ) y . shall refer to the specific specifications sections included in these Contract Documents for details on the limits of his scope. Refer to the Appendix for the following drawings: • B-Cl Overall Site Plan • B-05 Yard Piping Plan — Sheet 3 of 6 • B-C6 Yard Piping Plan — Sheet 4 of 6 • B-C7 Yard Piping Plan — Sheet 5 of 6 • B-C8 Yard Piping Plan — Sheet 6 of 6 • PID03 P&ID — Terminal Storage Reservoir • PID26 P&ID — Sulfuric Acid Feed System — Sheet 1 of 2 • PID27 P&ID — Sulfuric Acid Feed System — Sheet 2 of 2 • PID28 P&ID — Sodium Chlorate Feed System — Sheet 1 of 2 • PID29 P&ID — Sodium Chlorate Feed System — Sheet 2 of 2 • PID30 P&ID —Chlorine Dioxide Feed System — Sheet 1 of 2 • PID31 P&ID — Chlorine Dioxide Feed System — Sheet 2 of 2 • F-A1.1 Overall Lower and Upper Floor Plans • F-A1.4 Pretreatment and Chemical Feed Areas Lower Level Floor Plan • F-A1.5 Chemical Containment Area Floor Plan • F-A1.6 Pretreatment and Chemical Feed Area Upper Level Floor Plan • J-C1 Lower Level Plan • J-C2 Upper Level Plan • J-C3 Chemical Containment Area Plan • Y17 MCC-600 One -Line Diagram • Y18 MCC-601 One -Line Diagram • Y19 Miscellaneous One -Line Diagrams • Y26 PLC-600 One -Line Diagram • Y26 PLC-600 One -Line Diagram • Y41 Chemical Feed Area — Lower Level Power Plan • Y42 Chemical Feed Area — Upper Level Power Plan • Y61 Miscellaneous Electrical - Power Plans 1.1.2 Treatment System Summary. Chlorine dioxide has been selected for the treatment process. Chlorine dioxide will be fed at either the terminal storage reservoir outlet structure or the terminal storage reservoir inlet structure for iron and manganese control, taste and odor control, and for disinfection. Contact time will be obtained in the raw water piping to the raw water screening structure. The chlorine dioxide demand of the raw water which is needed to determine the required detention time has not been measured at this time, but based on experience from other projects, the detention time required for primary disinfection using chlorine dioxide is estimated to be approximately 12 minutes. (City of Lubbock, Texas ) 01015 July 29, 2011 (South wTP ) -2- (Chlorine Dioxide Procurement Package) (161704 ) The following criteria were used to determine the required detention time for disinfection using chlorine dioxide: Maximum chlorine dioxide dose, mg/L 1.5 Residual chlorine dioxide, mg/L 0.4 Water temperature, °C 8.0 Log inactivation of viruses 2.0 Required "CT" 4.8 Required Contact time, min 12.0 Available detention time, From outlet structure, min @ 15 MGD 26 From outlet structure, min @ 20 MGD 19.5 From inlet structure, min @ 15 MGD 42.5 From inlet structure, min @ 20 MGD 32 Detention time for control of iron and manganese and taste and odor is assumed to be less than the required contract time for primary disinfection. The chlorine dioxide feed system to be supplied by the CONTRACTOR shall consist of, but not be necessarily limited to, the following main components: • Chlorine dioxide generators • Booster Pump skids with piping and controls • Pressure reducing valve skid • Chlorine dioxide analyzer and associated equipment. �p. ._ • Miscellaneous valves and piping not provided by the CONSTRUCTION CONTRACTOR to complete the system installation. • Instrumentation, control, and monitoring systems for the chlorine dioxide feed system. Water supply treatment or conditioning equipment required for operation of the equipment. • Associated electrical systems • Installation of the equipment_, valves, piping, instrumentation, control and ` monitoring systems. • Associated services 1.2 Project Location. The plant site is located southeast of Lubbock at the southeast corner of the intersection of FM1585 and CR-2800. The site is not currently within the city limits of Lubbock. The point of equipment deliveries shall be at the project site in care of the Contract F Construction Contractor: Archer Western Contractors, LTD 5114 East FM 1585 Lubbock, Texas 79404 (City of Lubbock, Texas ) 01015 July 29, 2011 (South WTP ) -3- (Chlorine Dioxide Procurement Package) (161704 ) 1.3 General Description of CONTRACTOR'S Scope of Services. The services to be performed under these Contract Documents are divided into three (3) stages, generally described as follows: 1.3.1 Stage I. Stage I includes designing the chlorine dioxide feed system and preparing technical submittals as follows: • Design chlorine dioxide feed system to be furnished in Stage 11. • Prepare technical submittals for ENGINEER review and comment as required in the submittals section. Additional submittals may be necessary, at no additional cost to OWNER, until ENGINEER's comments are fully resolved. 1.3.2 Stage II. Stage II will commence upon acceptance of Stage I submittals. CONTRACTOR shall furnish all labor, materials, equipment, services, permits, and all general conditions, general requirements and incidentals required to complete the work in its entirety as described in the Contract Documents, other than what is specified for Stage Ill. In general, work to be performed in Stage 11 includes the following items: • Furnish, factory test, and deliver a complete chlorine dioxide feed system that will meet the performance requirements and guarantees specified herein. • Prepare and submit draft and final operation and maintenance manuals to ENGINEER. • Coordinate with the CONSTRUCTION CONTRACTOR before and after equipment delivery. • Provide manufacturer's field services during installation, testing and start-up of all equipment. Startup and test equipment; perform demonstration testing; and prepare test reports. • Provide instruction and training of OWNER personnel. 1.3.3 Stage III. Stage III work to be performed consists of providing long-term performance support, operations assistance, and maintenance services to the OWNER, as specified in Section 11729 and furnishing sodium chlorate (Purace) as required to generate chlorine dioxide. During this stage, CONTRACTOR will coordinate directly with the OWNER. 2. CONSTRUCTION CONTRACT. The OWNER has awarded a separate contract for the general construction of the South WTP. The CONSTRUCTION CONTRACTOR for the construction of the South WTP will be responsible for installation of the piping and valves shown on the Chlorine Dioxide Feed System P&IDs to approximately within 1 foot of the equipment supplied by CONTRACTOR, installation of power supplies to junction boxes shown on the (City of Lubbock, Texas ) 01015 July 29, 2011 (South WTP ) -4- (Chlorine Dioxide Procurement Package) (161704 ) i L Drawings, and control and monitoring cabling in close proximity to the equipment to allow the CONTRACTOR to make final connections. CONTRACTOR shall provide to the CONSTRUCTION CONTRACTOR drawings showing detailed requirements of the chlorine dioxide feed system. CONTRACTOR shall coordinate piping, power, and control system location requirements with CONSTRUCTION CONTRACTOR to facilitate final installation by CONTRACTOR. CONSTRUCTION CONTRACTOR will install concrete bases for installation of all chlorine dioxide equipment and assist CONTRACTOR in unloading the equipment upon delivery. 3 COORDINATION. The CONTRACTOR shall plan, schedule, and coordinate its operations in a manner which will facilitate the simultaneous progress of the CONSTRUCTION CONTRACTOR's work included under the South Water Treatment Plant — Contract F outside the scope of these Contract Documents. 4. WORK SEQUENCE AND PRELIMINARY SCHEDULE. 4.1. General Work Sequence. The general work sequence for the construction of the South Water Treatment Plant Project is summarized as follows: • CONSTRUCTION CONTRACTOR provided Notice to Proceed with construction of South Water Treatment Plant Project: May 3, 2010 • Scheduled date of Substantial Completion for construction of South Water Treatment Plant Project: May 1, 2012 • Scheduled date of Final Completion for construction of South Water Treatment Plant Project: July 6, 2012 4.2. Schedule. The tentative milestone schedule is as follows: • Award contract for chlorine dioxide system procurement: October 13, 2011 • Complete Stage I services: December 31, 2011 • Complete Stage II services: June 1, 2012 • Begin Stage III services: June 1, 2012 5. SUBSTITUTES AND "OR -EQUAL" ITEMS. For convenience in designation on the drawings or in the specifications, certain materials, products or equipment may be designated by a brand or trade name or the name of the manufacturer together with catalog designation or other identifying information, hereinafter referred to generically as "designated by brand name." Unless the specifications or drawings state that no substitution is permitted, the CONTRACTOR may substitute alternative materials, products or equipment that are of equal or better quality, utility and appearance provided. CONTRACTOR complies with the requirements of this Section. Whenever the specifications permit the substitution of a similar or equivalent material or article, no tests or action relating to the approval of the substitute (City of Lubbock, Texas ) 01015 July 29, 2011 ~, (South WTP ) -5- (Chlorine Dioxide Procurement Package) (161704 } material will be made until a request for substitution is made in writing by the CONTRACTOR accompanied by complete data, information and samples necessary for determination of the equality of the proposed alternative. Substitutions will be received and considered provided that extensive revisions to the Contract Documents are not required and changes are in keeping with the intent of the Contract Documents. If the OWNER rejects the use of any alternative materials or equipment, then one of the products designated by brand name shall be furnished. 5.1 Requests for Substitution. Requests for approval for a substitution shall be submitted in written form and accompanied by sufficient information to enable a proper evaluation to be made. Submit the following with each request: • Complete technical data, including drawings, performance specifications, cost data, samples, and test reports of the product proposed for substitution. Submit additional information as required by the OWNER. • Data similar to that specified for the item for which substitution is proposed. • Identify any impacts on the construction schedule. _ • CONTRACTOR'S detailed comparison of significant qualities between specified item and proposed substitution. • Signed statement that the proposed substitution is in full compliance with the contract documents and applicable Laws and Regulations. • List of other work, if any, which may be affected by the substitution. • Information on availability of maintenance service, and source of replacement ' materials. • Sample of manufacturer's standard form of guarantee or warranty for ? proposed substitution. • Description of how proposed substitution will result in overall work equal -to - or -better -than work originally indicated. 5.2 Substitutions Schedule. Unless stated differently under the various sections of these Contract Documents, CONTRACTOR shall submit a request for substitution to the OWNER in writing within 35 days after award of the Contract, or within a period that will cause no delay in the work, which ever is less. In exceptional cases where it is in the best interests of the OWNER, OWNER may give written consent to a submittal or resubmittal of a request for substitution after the expiration of the time limit designated. 5.3 Burden of Proof. Burden of proof as to equality of any substitution rests with the CONTRACTOR. The OWNER shall be the sole judge as to the quality (City of Lubbock, Texas ) 01015 July 29, 2011 (South WTP ) -6- { (Chlorine Dioxide Procurement Package) (161704 ) - i and suitability of alternatives, and the OWNER'S decision shall be final. In requesting acceptance of a substitution, the CONTRACTOR represents that it: • Has investigated the proposed product and determined that it is equal to or superior in all respects to that indicated or specified. • Will furnish the same guarantees/warranties or bonds for the substitution as for the product indicated or specified. • Will coordinate the installation of an accepted substitution into the work, and make such other changes as required to make the work complete and in compliance with the contract documents and applicable regulatory requirements. • Waives all claims for additional costs or time extension associated with the substitution that may subsequently become apparent. 5.4 No Costs to OWNER. Any substitutions that may be approved shall be furnished without additional cost to the OWNER. If any mechanical, electrical, structural, or other changes are required for the proper installation and fit of alternative materials or equipment, or because of deviations from the contract plans and specifications, such changes shall not be made without the consent of the OWNER and shall be made without additional cost to the OWNER. 6. APPLICABLE CODES. References in the Contract Documents to local codes mean: Texas Commission on Environmental Quality Rules and Regulations for Public Water Systems All ordinances of Lubbock County, Texas 2003 International Building Code 2000 International Mechanical Code 2000 International Plumbing Code 2003 International Fire Code National Fire Protection Association (NFPA) 101 — Life Safety Code 1999 National Electrical Code 2000 Hydraulic Institute Standards ANSI Standards 117.1-98 (Americans with Disabilities Act) Texas Accessibility Standards (TAS) Latest AWWA Standards Other standard codes which apply to the Project are designated in the specifications. 7. SPARE PARTS. Spare parts shall be required for equipment as specified herein. All spare parts shall be delivered to the Treatment and Administration Complex of the South WTP in waterproof packages labeled with the project (City of Lubbock, Texas ) 01015 July 29, 2011 (South WTP ) -7- (Chlorine Dioxide Procurement Package) (161704 ) i number, part description, and part numbers. CONTRACTOR shall obtain a written receipt from OWNER's representative upon delivery as proof of delivery. End of Section (City of Lubbock, Texas } 01015 July 29, 2011 (South WTP ) -8- , (Chlorine Dioxide Procurement Package) s { (161704 ) i_.,� Section 01070 ABBREVIATIONS OF TERMS AND ORGANIZATIONS 1. LIST OF ABBREVIATIONS. Abbreviations for standards and organizations used in the Proposal Documents are defined as follows: - AA Aluminum Association AABC Associated Air Balance Council AAMA Architectural Aluminum Manufacturers Association - AASHTO American Association of State Highway and Transportation Officials ABMA American Boiler Manufacturers Association ACI American Concrete Institute ACPA American Concrete Pipe Association AEIC Association of Edison Illuminating Companies AFBMA Antifriction Bearing Manufacturers Association AFPA American Forest & Paper Association AGA American Gas Association AGMA American Gear Manufacturers Association AHA American Hardboard Association ` AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute ARI American Refrigeration Institute ASAHC American Society of Architectural Hardware Consultants ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating, and Air - Conditioning Engineers ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials AVATI See RTI AWG American Wire Gage AWI Architectural Woodwork Institute AWPA American Wood -Preservers' Association AWPB American Wood Preservers Bureau AWS American Welding Society AWWA American Water Works Association (City of Lubbock, Texas } 01070 July 29, 2011 (South WTP ) -1- (Chlorine Dioxide Procurement Package) (161704 ) BHMA Builders Hardware Manufacturers Association BIA Brick Institute of America (formerly SCPI) CDA Copper Development Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers Association of America CRA California Redwood Association CRSI Concrete Reinforcing Steel Institute CS Commercial Standard (U.S. Department of Commerce) DHI Door and Hardware Institute DIPRA Ductile Iron Pipe Research Association EEI Edison Electric Institute EJCDC Engineers' Joint Contract Documents Committee EPA Environmental Protection Agency Fed Spec Federal Specification FCI Fluid Controls Institute FGMA Flat Glass Marketing Association FHWA Federal Highway Administration FIA Factory Insurance Association FM Factory Mutual FSA Fluid Sealing Association FTI Facing Tile Institute GPM Gallons per Minute HEI Heat Exchange Institute HMI Hoist Manufacturers Institute HPMA Hardwood Plywood Manufacturers Association HTI Hand Tools Institute -B-R Institute of Boiler and Radiator Manufacturers IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IFI Industrial Fasteners Institute IPCEA Insulated Power Cable Engineers Association IRI Industrial Risk Insurers ISA Instrument Society of America (City of Lubbock, Texas } 01070 July 29, 2011 (South WTP ) -2- (Chlorine Dioxide Procurement Package) (161704 ) MFS Membrane Filtration System MGD Million Gallons per Day MHI Materials Handling Institute MIL Military Specification MMA Monorail Manufacturers Association MSS Manufacturers Standardization Society of Valve and Fitting Industry NAAMM National Association of Architectural Metals Manufacturers NBHA National Builders Hardware Association NBBPVI National Board of Boiler and Pressure Vessel Inspectors NBS See MIST NCSPA National Corrugated Steel Pipe Association NEBB National Environmental Balancing Bureau NEC National Electrical Code NECA National Electrical Contractors Association NEMA National Electrical Manufacturers Association NEMI National Elevator Manufacturing Industry NFPA National Fire Protection Association NIST National Institute of Standards and Technology (formerly NBS) NLA National Lime Association NPC National Plumbing Code NPT National Pipe Thread NRMCA National Ready Mixed Concrete Association NSC National Safety Council NSF NSF International (formerly National Sanitation Foundation) NTMA National Terrazzo and Mosaic Association NWMA National Woodwork Manufacturers Association OSHA Occupational Safety and Health Administration PCA Portland Cement Association PCI Prestressed Concrete Institute PS Product Standard RIS Redwood Inspection Service RTI Resilient Tile Institute (formerly AVATI) SAE Society of Automotive Engineers SCPRF Structural Clay Products Research Foundation SDI Steel Door Institute (City of Lubbock, Texas ) 01070 July 29, 2011 - (South WTP ) -3- (Chlorine Dioxide Procurement Package) } (161704 ) SFPA Southern Forest Products Association SI Systeme International des Unites (International System of Units) SIGMA Sealed Insulating Glass Manufacturers Association SJI Steel Joist Institute SMA Screen Manufacturers Association SMACNA Sheet Metal and Air Conditioning Contractors National Association SPFA Steel Plate Fabricators Association SPI Society of the Plastics Industry SPTA Southern Pressure Treaters Association SSI Scaffolding and Shoring Institute SSPC Society of Protective Coatings UL Underwriters' Laboratories USBR U.S. Bureau of Reclamation WEF Water Environment Federation WTP Water Treatment Plant End of Section (City of Lubbock, Texas ) 01070 July 29, 2011 (South WTP ) -4- (Chlorine Dioxide Procurement Package) (161704 ) Section 01300 SUBMITTALS 1. GENERAL. CONTRACTOR shall prepare and submit all required submittals with such promptness as to cause no delay in its own work or in that of the ENGINEER. The times for completion of submittals shall be as specified in the Special Conditions of these Contract Documents. CONTRACTOR'S submittals for the Project shall be made through transmission of hard copies. Electronic files of Shop drawings and process and instrumentation diagrams (P&IDs) shall also be submitted on a CD or DVD along with hard copies. 1.01. Hard Copy Submittals. The number of hard copies of submittals shall be as follows, unless otherwise noted: • Shop Drawings and Product Data Five (5) sets of copies • Samples Two (2) each • O&M Manuals As specified in Section 01730 1.02. Electronic Files. Electronic files of shop drawings and P&IDs shall be in AutoCad (.dwg format) 2008 (or higher) or searchable PDF format. 1.03. Summary of Submittals. CONTRACTOR shall submit the following items: Stage I Submittals • Shop Drawing and Engineering Data Submittals as specified in this section. • Recommendations for onsite storage of equipment and materials as specified in Section 01614. • Submittals as specified in other sections of the Technical Specifications. • Final electrical one -line diagrams, schematics, load list, and cable schedule. Stage II Submittals • Preliminary and Final Operation and Maintenance Manuals as specified in Section 01730. • Delivery schedule(s), packing list(s) and bill of materials as specified in Section 01612. (City of Lubbock, Texas ) 01300 July 29, 2011 - (South WTP ) -1- '` (Chlorine Dioxide Procurement Package) (161704 ) Submittals specified in Section 01620. 2. SHOP DRAWINGS AND ENGINEERING DATA. 2.01. General. Shop Drawings and engineering data (submittals) covering all equipment and all fabricated components and building materials which will become a permanent part of the Work under this Contract shall be submitted to the ENGINEER. Submittals shall verify compliance with the Contract Documents, and shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and the operation of component materials and devices; the external connections, anchorages, and supports required; the performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. When an item consists of components from several sources, CONTRACTOR'S initial submittal shall be complete including all components. All submittals, regardless of origin, shall be stamped with the approval of CONTRACTOR and identified with the name and number of this Contract, CONTRACTOR'S name, and references to applicable specification paragraphs. Each submittal shall indicate the intended use of the item in the Work. When catalog pages are submitted, applicable items shall be clearly identified and inapplicable data crossed out. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. CONTRACTOR shall be solely responsible for the completeness of each submittal. CONTRACTOR'S stamp of approval is a representation to OWNER and ENGINEER that CONTRACTOR accepts sole responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that CONTRACTOR has reviewed and coordinated each submittal with the requirements of the Work and the Contract Documents. All deviations from the Contract Documents shall be identified as deviations on each submittal and shall be tabulated in CONTRACTOR'S letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by CONTRACTOR (including modifications to other facilities that may be a result of the deviation) and all required piping and wiring diagrams. 2.02. Review of Submittals by OWNER and ENGINEER. CONTRACTOR'S submittals will be reviewed to determine if the equipment and materials proposed by the CONTRACTOR are in general conformity with the requirements of the Contract Documents. The review is not intended to be a complete check of (City of Lubbock, Texas ) 01300 July 29, 2011 (South WTP ) -2- (Chlorine Dioxide Procurement Package) (161704 ) quantities, dimensions, fabrication details, materials, etc. indicated on the shop drawings, and does not extend to the CONTRACTOR'S means and methods. OWNER'S and ENGINEER'S review shall not relieve CONTRACTOR of sole responsibility for errors, omissions, or deviations in the drawings and data, nor of CONTRACTOR'S sole responsibility for compliance with the Contract Documents. The submittal review period shall be 21 consecutive calendar days and shall commence on the first calendar day following receipt of the submittal or resubmittal in ENGINEER'S office. The time required to mail the submittal or resubmittal back to CONTRACTOR shall not be considered a part of the - submittal review period. ENGINEER will return submittal review comments to CONTRACTOR and will use one of the following dispositions: a. No Exceptions Noted (NEW The ENGINEER'S review found no deviations from the Contract Documents. b. Exceptions Noted (EN): The ENGINEER'S review found no major deviations from the Contract Documents; only minor discrepancies or deficiencies are noted. Corrected copies are not required; however, when the item for which the submittal was prepared is furnished, it shall be in compliance with the ENGINEER'S comments. If the CONTRACTOR or manufacturer takes exception to any comments, they shall submit corrected or supplemental data to further explain the reasons for any deviations from the Contract Documents. c. Returned for Correction (RFC) The ENGINEER'S review revealed major discrepancies or deficiencies, requiring that corrected data be submitted to determine compliance with the Contract Documents. d. Record Copy (RC): This status is assigned for submittal data which the ENGINEER will not review but is required to be submitted to verify its completion by the CONTRACTOR. These data includes test reports, design calculations, or items pertaining to the CONTRACTOR'S means and methods of construction. e. Not Acceptable (NA): In the ENGINEER'S opinion, the item submitted for review does not meet the requirements of the Contract Documents. Submittals from a new source shall be submitted. f. Returned Without Review (RWOR): This status is assigned to items that do not apply to the project or the submitted specification section. (City of Lubbock, Texas ) 01300 July 29, 2011 r (South WTP ) -3- (Chlorine Dioxide Procurement Package) (161704 ) When the drawings and data are returned marked "NOT ACCEPTABLE" or "RETURNED FOR CORRECTION", the corrections shall be made as noted thereon and as instructed by ENGINEER and five corrected copies resubmitted. Facsimile (fax) copies will not be acceptable. When the drawings and data are returned marked "EXCEPTIONS NOTED", "NO EXCEPTIONS NOTED", or "RECORD COPY", no additional copies need be furnished unless specifically requested by ENGINEER. 2.03. Resubmittal of Drawings and Data. CONTRACTOR shall accept full responsibility for the completeness of each resubmittal. CONTRACTOR shall verify that all corrected data and additional information previously requested by ENGINEER are provided on the resubmittal. When corrected copies are resubmitted, CONTRACTOR shall direct specific attention to all revisions in writing and shall list separately any revisions made other than those called for by ENGINEER on previous submittals. Requirements specified for initial submittals shall also apply to resubmittals. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.). If more than one resubmittal is required because of failure of CONTRACTOR to provide all previously requested corrected data or additional information, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER for review of the additional resubmittals. This does not include initial submittal data such as shop tests and field tests that are submitted after initial submittal. Resubmittals shall be made within 30 days of the date of the letter returning the material to be modified or corrected, unless within 14 days CONTRACTOR submits an acceptable request for an extension of the stipulated time period, - listing the reasons the resubmittal cannot be completed within that time. i The need for more than one resubmittal, or any other delay in obtaining l ENGINEER's review of submittals, will not entitle CONTRACTOR to extension of the Contract Times unless delay of the Work is the direct result of a change in the Work authorized by a Change Order or failure of ENGINEER to review and -� return any submittal to CONTRACTOR within the specified review period. End of Section (City of Lubbock, Texas ) 01300 July 29, 2011 (South WTP ) -4- ) (Chlorine Dioxide Procurement Package) (161704 ) ' 43 �_z E: Section 01610 GENERAL EQUIPMENT STIPULATIONS 1. SCOPE. When an equipment specification section in these Contract Documents references this section, the equipment shall conform to the general stipulations set forth in this section, except as otherwise specified in other sections. 2. COORDINATION. CONTRACTOR shall coordinate all details of the chlorine dioxide feed system and related equipment with other related parts of the Work, including verification that all structures, piping, wiring, and equipment components are compatible. 3. EQUIPMENT MANUFACTURER'S EXPERIENCE. Unless otherwise specified in the individual Technical Specifications, a manufacturer shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past five (5) years.. 4. WORKMANSHIP AND MATERIALS. CONTRACTOR shall guarantee all equipment against faulty or inadequate design, improper assembly or erection (other than installation by others), defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment manufacture shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. Unless otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment, shall be at least % inch thick. 5. LUBRICATION. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. (City of Lubbock, Texas ) 01610 July 29, 2011 (South WTP ) -1- (Chlorine Dioxide Procurement Package) (161704 ) Lubricants of the types recommended by the equipment manufacturer shall be provided in sufficient quantities to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment by OWNER. Unless otherwise specified or permitted, the use of synthetic lubricants will not be acceptable. Lubrication facilities shall be convenient and accessible. Lubrication facilities shall be provided with an external visual method of checking lubricant levels without removing parts or fittings. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall have a shutoff valve and shall terminate with a turned -down elbow and shall allow for convenient collection of waste oil in containers 24 inches in height from the normal operating area or platform without removing the unit from its normal installed position. 6. ELEVATION. The elevation of the site shall be 3,162 feet (finished floor elevation of chlorine dioxide feed room (Room 308) in Treatment and Administration Complex). All equipment furnished shall be designed to meet stipulated conditions and to operate satisfactorily at the specified elevation. 7. ELECTRIC MOTORS. Motors furnished with equipment shall meet the requirements specified in the specific equipment sections. 8. DRIVE UNITS. The nominal input horsepower rating of each gear or speed reducer shall be at least equal to the nameplate horsepower of the drive motor. Drive units shall be designed for 24 hour continuous service. 8.01. Gearmotors. Unless otherwise specified, the use of gearmotors will not be acceptable. 8.02. Gear Reducers. Each gear reducer shall be a totally enclosed unit with oil or grease lubricated, rolling element, antifriction bearings throughout. Unless otherwise specified in the individual equipment sections, helical, spiral bevel, combination bevel -helical, and worm gear reducers shall have a service factor of at least 1.50 based on the nameplate horsepower of the drive motor. Cycloidal gear reducers shall have a service factor of at least 2.0 based on the nameplate horsepower of the drive motor. Shaft -mounted and flange -mounted gear reducers shall be rated AGMA Class 11. Helical gear reducers shall have a gear strength rating to catalog rating of 1.5. Each gear reducer shall be designed and manufactured in compliance with applicable AGMA standards. The thermal horsepower rating of each unit shall equal or exceed the nameplate horsepower of the drive motor. During continuous operation, the maximum (City of Lubbock, Texas ) 01610 July 29, 2011 (South WTP } -2- (Chlorine Dioxide Procurement Package) i (161704 ) Lj i 'i sump oil temperature shall not rise more than 100°F above the ambient air temperature in the vicinity of the unit and shall not exceed 200°F. Each grease lubricated bearing shall be installed in a bearing housing designed to facilitate periodic regreasing of the bearing by means of a manually operated grease gun. Each bearing housing shall be designed to evenly distribute new grease, to properly dispose of old grease, and to prevent overgreasing of the bearing. The use of permanently sealed, grease lubricated bearings will not be acceptable. An internal or external oil pump and appurtenances shall be provided if required to properly lubricate oil lubricated bearings. A dipstick or a sight glass arranged to permit visual inspection of lubricant level shall be provided on each unit. Gear reducers which require the removal of parts or the periodic disassembly of the unit for cleaning and manual regreasing of bearings will not be acceptable. Certification shall be furnished by the gear reducer manufacturer indicating that the intended application of each unit has been reviewed in detail by the manufacturer and that the unit provided is fully compatible with the conditions of installation and service. 8.03. Adjustable Speed Drives. Each mechanical adjustable speed drive shall have a service factor of at least 1.75 at maximum speed based on the nameplate horsepower of the drive motor. A spare belt shall be provided with each adjustable speed drive unit employing a belt for speed change. Unless specifically permitted by the detailed equipment specifications, bracket type mounting will not be acceptable for adjustable speed drives. 8.04. V-Belt Drives. Each V-belt drive shall include a sliding base or other suitable tension adjustment. V-belt drives shall have a service factor of at least 1.75 at maximum speed based on the nameplate horsepower of the drive motor. 9. SAFETY GUARDS. All belt or chain drives, fan blades, couplings, and other moving or rotating parts shall be covered on all sides by a safety guard. Safety guards shall be fabricated from 16 USS gage thick or thicker galvanized or aluminum -clad sheet steel or from 1/2 inch mesh galvanized expanded metal, or poltrusion molded UV resistant materials. Each guard shall be designed for easy installation and removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. All safety guards in outdoor locations shall be designed to prevent the entrance of rain and dripping water. 10. ANCHOR BOLTS. Equipment manufacturers shall furnish suitable anchor bolts for each item of equipment. Anchor bolts, together with templates or (City of Lubbock, Texas ) 01610 July 29, 2011 (South WTP ) -3- (Chlorine Dioxide Procurement Package) (161704 ) setting drawings, shall be delivered sufficiently early to permit setting the anchor bolts when the structural concrete is placed. Anchor bolts shall comply with Section 05550 unless otherwise specified, and unless otherwise specified, shall be at least 3/4 inch in diameter. Unless otherwise indicated or specified, anchor bolts for items of equipment mounted on baseplates shall be long enough to permit 1-1/2 inches of grout beneath the baseplate and to provide adequate anchorage into structural concrete. 11. EQUIPMENT BASES. Unless otherwise indicated or specified, all equipment shall be installed on concrete bases at least 6 inches high. Cast iron or welded steel baseplates shall be provided for pumps, compressors, and other equipment. Each unit and its drive assembly shall be supported on a single baseplate of neat design. Baseplates shall have pads for anchoring all components, and adequate grout holes. Baseplates for pumps shall have a means for collecting leakage and a threaded drain connection. Baseplates shall be anchored to the concrete base with suitable anchor bolts and the space beneath filled with grout. 12. SPECIAL TOOLS AND ACCESSORIES. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 13. SHOP PAINTING. All iron and steel surfaces of the equipment shall be protected with suitable protective coatings applied in the shop. Surfaces of the equipment that will be inaccessible after assembly shall be protected for the life of the equipment. Coatings shall be suitable for the environment where the equipment is installed. Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for painting. Electric motors, speed reducers, starters, and other self-contained or enclosed components shall be shop primed or finished with an oil -resistant enamel or universal type primer suitable for top coating in the field with a universal primer and aliphatic polyurethane system. Surfaces to be coated after installation shall be prepared for painting as recommended by the paint manufacturer for the intended service, and then shop painted with one or more coats of a universal primer. Machined, polished, and nonferrous surfaces which are not to be painted shall j be coated with rust -preventive compound as recommended by the equipment manufacturer. (City of Lubbock, Texas ) 01610 July 29, 2011 (South WTP ) -4- (Chlorine Dioxide Procurement Package) (161704 ) ii _s 14. PREPARATION FOR SHIPMENT. Equipment shall be prepared for shipment as specified in Section 01612 Shipping. 15. STORAGE. Handling and storage of equipment shall be as specified in Section 01614 Handling and Storage. 16. INSTALLATION AND OPERATION. Installation and operation shall be as specified in respective equipment sections and Section 01650 Startup and Testing Requirements. 17. OBSERVATION OF PERFORMANCE TESTS. Where the Specifications require the presence of ENGINEER, initial tests shall be observed or witnessed by ENGINEER. OWNER shall be reimbursed by CONTRACTOR for all costs of subsequent visits by ENGINEER to witness or observe incomplete tests, retesting, or subsequent tests. 18. PROGRAMMING SOFTWARE. Programming software shall be provided for any equipment which includes a programmable logic controller (PLC) or other digital controller that is user -programmable. The software shall be suitable for loading and running on a laptop personal computer operating with a Windows - based operating system. A copy of the manufacturer's original operating logic program shall be provided for use in maintaining and troubleshooting the equipment. Where multiple pieces of equipment, from the same or different vendors, use the same programming software, only one copy of the software need be provided. End of Section (City of Lubbock, Texas ) 01610 July 29, 2011 (South WTP ) -6- (Chlorine Dioxide Procurement Package) (161704 ) *Page Intentionally Left Blank* (City of Lubbock, Texas ) 01610 July 29, 2011 (South WTP ) -6- (Chlorine Dioxide Procurement Package) (161704 ) Section 01612 SHIPPING 1. SCOPE. This section covers packaging and shipping of materials and equipment provided under these Contract Documents. 2. PREPARATION FOR SHIPMENT. All equipment shall be suitably packaged by CONTRACTOR to facilitate handling and to protect against damage during transit and storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. Each item, package, or bundle of material shall be packed separately. All equipment shall be protected from exposure to the elements and shall be kept dry at all times. Painted and coated surfaces shall be protected against impact, abrasion, discoloration, and other damage. Painted and coated surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of the ENGINEER. Grease and lubricating oil shall be applied to all bearings and similar items. 3. SHIPPING. Before shipping each item of equipment shall be tagged or marked by CONTRACTOR as identified in the delivery schedule or on the Shop �- Drawings. Complete packing lists and bills of equipment shall be included with each shipment. A bill of lading shall be provided for each container. CONTRACTOR shall notify CONSTRUCTION CONTRACTOR of expected delivery date not less than seven (7) days prior to shipment, and again twenty- four (24) hours prior to delivery. CONTRACTOR should be aware that if deliveries are made after April 1, 2012, that CONSTRUCTION CONTRACTOR may not have equipment on site to assist with unloading the equipment and CONTRACTOR will be responsible for all unloading and handling of the equipment CONTRACTOR shall be responsible for obtaining all transportation permits including any additional for over -sized equipment. End of Section (City of Lubbock, Texas ) 01612 July 29, 2011 (South WTP ) -1- (Chlorine Dioxide Procurement Package) (161704 ) THIS PAGE LEFT BLANK INTENTIONALLY R (City of Lubbock, Texas } 01612 July 29, 2011 (South WTP ) -2- (Chlorine Dioxide Procurement Package) ; (161704 ) f Section 01614 HANDLING AND STORAGE 1. SCOPE. This section covers delivery, storage, and handling of materials and f equipment. CONTRACTOR shall submit recommendations for onsite storage of equipment and materials. 2. DELIVERY STORAGE AND HANDLING. Instructions for servicing the equipment while in long-term storage shall accompany each item of equipment. Notification of enclosed instructions shall be indicated on the exterior of each package. Upon delivery of the equipment to the project site, the equipment will be off- loaded with the assistance of the CONSTRUCTION CONTRACTOR. The CONTRACTOR shall have a representative on the jobsite to inspect the equipment along with the OWNER'S Representative and CONSTRUCTION CONTRACTOR to verify the quantity and completeness of each unit package, and conformance with the accepted shop drawings. The equipment delivered will be considered acceptable provided each item of equipment is in accordance with accepted shop drawings, including nameplate information, dimensions, etc. All items found after delivery inspection to be unacceptable due to being incomplete, damaged, or not in conformance with the accepted shop drawings shall be replaced, at the expense of the CONTRACTOR, prior to acceptance by the OWNER. Painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of the OWNER. After inspection, all equipment and materials shall be stored and protected in accordance with the CONTRACTOR'S recommended storage instructions, until installed. Such instructions should include, but not be limited to, the following: • Pumps, motors, electrical equipment, and all equipment with anti -friction or sleeve bearings shall be stored in weather -tight structures maintained at a temperature above 60 degrees Fahrenheit. • Equipment, controls, and insulation shall be protected against moisture and water damage. • All space heaters furnished in equipment shall be connected and operated continuously if equipment is stored outdoors. (City of Lubbock, Texas } 01614 July 29, 2011 (South WTP ) -1- (Chlorine Dioxide Procurement Package) (161704 ) 3. SCHEDULING OF MANUFACTURER'S FIELD SERVICES An experienced, competent, and authorized representative of the manufacturer of each item of equipment for which field services are indicated in the individual sections of the Technical Specifications, shall visit the site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. In each case, the manufacturer's representative shall be present when the equipment is being tested and placed in operation. The manufacturer's representative shall revisit the jobsite as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory. The scheduling of all visits to the site by the manufacturer's field services representative shall be coordinated with the CONSTRUCTION CONTRACTOR and OWNER'S REPRESENTATIVE. Manufacturers' representatives shall resolve assembly or installation problems attributable to or associated with, their products and equipment. During the testing specified in Section 01650, "Startup and Testing Requirements," furnish manufacturers' representative(s) to assist, as applicable for the type of equipment, and to perform initial equipment and system adjustments and calibrations. 4. MANUFACTURER'S REPRESENTATIVE SERVICE REPORT The manufacturer's representative shall complete and submit the attached form entitled "Manufacturer's Representative Service Report" for each site visit. 5. TRAINING OF OWNER'S PERSONNEL Refer to Section 01660 Training Requirements. End of Section (City of Lubbock, Texas ) 01620 July 29, 2011 (South WTP ) -2- (Chlorine Dioxide Procurement Package) (161704 } MANUFACTURER'S REPRESENTATIVE SERVICE REPORT City of Lubbock, TX File No. 83.2800 South WTP Chlorine Dioxide Procurement Project Date: Project No. 161704 • This form should be completed and returned by the manufacturer's representative prior to leaving the site. • The representative is expected to follow the instructions to manufacturers' service representatives (Page 2) during the site visit. Manufacturer: MRSR No. Supplier: Contract/P.O. No. Manufacturer's Representative: Company Equipment/Material: Work performed and tests made on equipment: Factory errors corrected: Field errors corrected: The above equipment ❑ is ❑ is not ready to be placed in operation. Remarks: Arrival onsite AM ❑ PM ❑ Departure from Site AM ❑ PM ❑ Date Time Date Time Actual total duration onsite was hours for period covered by this report. Manufacturer's Representative: Signature Date Address: Phone No. Report Received By: Signature Date Distribution: CEGMF-034A Page of Sheet 1/2 INSTRUCTIONS TO MANUFACTURER'S SERVICE REPRESENTATIVES City of Lubbock, TX South WTP Chlorine Dioxide Procurement Project Proiect No. 161704 MRSR No. File No. 83.2800 Date: The following summarizes the jobsite requirements for manufacturer's representatives (herein designated the representative) providing service and/or startup assistance for the above named project. 1. The acknowledgment of these instructions creates no contractual obligation nor changes, modifies, or adds any obligation to the purchase contract conditions for either party. 2. The buyer's contact shall coordinate the representative's onsite visit and work. The service representative's buyer contact will be: Name and Company 3. The representative will be furnished construction and/or testing assistance unless noted otherwise in the purchase contract. The buyer's contact will administer the initiation of this assistance. The representative shall immediately advise the buyer's contact of any problems regarding the furnished assistance. 4. The representative will be instructed as to the priority of the work by the buyer's contact. Any changes in priority due to material shortages, equipment malfunctions, or otherwise will be coordinated through the buyer's contact. 5. The representative shall advise the buyer's contact and the Owner of steps in erection, inspection, startup, dismantling, or repairs of the product and provide additional service as required to aid construction personnel during installation of the equipment. 6. The representative shall immediately follow up any manufacturer's material shortages or defective material replacements and advise the buyer's contact of their status so that possible effects on the schedule can be evaluated. Every effort shall be made to expedite replacement material. 7. The representative shall advise the buyer's contact of any manufacturing errors affecting the equipment and initiate field correction as required. Representative time spent correcting manufacturing errors shall be to the account of the manufacturer. 8. The representative shall complete and submit to the buyer's contact a Service Report on a daily basis or other interval as agreed to with the buyer's contact. This report shall be used to document the requirements outlined above. 9. The representative shall provide written certification that the equipment has been inspected and adjusted and that it is ready for service. The Service Report can be used for this purpose. 10. The representative shall comply with all safety, security, and work rules applicable to the project during the period onsite. 11. ❑ The representative shall attend (if box checked) the specific coordination meeting held on a regular basis with individual erection contractors for the purpose of discussing procedures and progress. This meeting is held in the Site Construction Office Building on Day and Time Manufacturer's Representative Acknowledgment: Signature Acknowledgment: Received By: Signature CEGMF-034A Page of Date Date F-1 Sheet 2/2 L! Section 01650 STARTUP AND TESTING REQUIREMENTS 1. SCOPE. This section covers startup and testing requirements for all items of equipment and systems including mechanical equipment. Additional requirements may be specified in specific equipment specifications. The requirements of this section shall be satisfactorily completed prior to any field tests specified in the specific equipment sections. 2. SITE CONDITIONS. Startup and testing of the WTP's Chlorine Dioxide Feed System will be performed using water delivered from Lake Alan Henry, which will be pretreated at the WTP with coagulation/flocculation and sedimentation. 3. DEFINITIONS. 3-1. System. A system means the overall process, or a portion thereof, that performs a specific function. 3-2. Testing. Testing shall comprise: ■ Pre -startup checks and tests which are defined as those checks and tests necessary to determine that the individual equipment, systems and subsystems have been properly manufactured and installed, function properly as specified and are in a condition to permit safe startup of the equipment. ■ Startup tests which are defined as those checks and tests necessary to determine that all individual facility features and equipment systems and subsystems have been properly designed, manufactured, installed and adjusted, function properly as specified and are capable of operating safely and simultaneously in such condition that the equipment is capable of continuous operation at all capacities throughout its operating range. 4. SUBMITTALS. In Stage 11, CONTRACTOR shall submit the following information for specific equipment where specified in individual technical specification sections and in this Section, in accordance with Section 01300, "Submittals:" ■ Submit the manufacturer's certifications of proper installation of all equipment. (City of Lubbock, Texas ) 01650 July 29, 2011 (South WTP ) -1- (Chlorine Dioxide Procurement Package) (161704 ) ■ Verify that all operation and maintenance instruction manuals for each equipment item and system to be tested have been submitted. 5. STARTUP AND TESTING RESPONSIBILITIES. 5-1. CONSTRUCTION CONTRACTOR'S RESPONSIBILITIES. The CONSTRUCTION CONTRACTOR will direct the startup team for the entire South WTP project which will be comprised of experienced startup specialists; manufacturer's field service representatives for the various equipment items, and the project manager, lead field representatives or field superintendent of principal subcontractors, as applicable. 5-2. CONTRACTOR'S RESPONSIBILITIES. CONTRACTOR shall complete the startup and testing of the chlorine dioxide equipment and systems as follows: ■ Review installation prior to testing. Installation of the chlorine dioxide equipment and systems shall be accepted in writing by CONTRACTOR prior to startup and testing. ■ Provide services of manufacturers' representatives to assist during startup and testing, troubleshoot problems and correct problems as they arise, prepare test reports, and certify that the chlorine dioxide feed equipment is operating as designed. ■ Operate chlorine dioxide feed equipment during demonstration testing. 6. FIELD SERVICE ENGINEERS/TECHNICIANS. The CONTRACTOR shall provide technically qualified field -service engineers or technicians for a period of no less than 5 person -days and a minimum of 2 trips during the startup, demonstration testing and performance testing of the chlorine dioxide feed system. The field service personnel's qualifications shall be submitted, in resume format, 21 days prior to commencement of services. Travel time is not included in the 5-day time period. The CONTRACTOR shall be responsible for planning, supervising, and executing the installation of the work. Additional services and travel expenses necessary to correct defective materials or equipment furnished by the CONTRACTOR shall be provided at no additional cost to the OWNER. Field -service engineers/technicians shall perform installation checks as required herein or as requested by the ENGINEER. Installation of the chlorine dioxide feed equipment must be accepted in writing by the CONTRACTOR prior to startup and testing. (City of Lubbock, Texas ) 01650 July 29, 2011 (South WTP ) -2- (Chlorine Dioxide Procurement Package) (161704 ) Startup, demonstration testing, and training for operating and maintaining the chlorine dioxide feed equipment shall be completed prior to final acceptance of the chloride dioxide feed equipment. The CONTRACTOR shall be responsible for scheduling and coordinating the startup, testing and training activities with the OWNER's staff, the ENGINEER and the CONSTRUCTION CONTRACTOR. 7. STARTUP AND TESTING 7-1. Operation. The equipment shall be operated in accordance with the written instructions furnished with the equipment, and with the instructions issued by representatives of the CONTRACTOR. 7-2. Factory Testing. When specified in the specific equipment sections, the equipment will be test run at the point of manufacture at the CONTRACTOR's expense. 7-3. Field Testing - General. Field testing shall consist of mechanical testing, demonstration testing, and performance testing. The CONTRACTOR shall schedule, coordinate with CONSTRUCTION CONTRACTOR, and perform all mechanical tests required to prove that the equipment has been properly installed and is in satisfactory operating condition. The CONTRACTOR shall furnish a factory -trained representative to conduct mechanical equipment testing. Testing, measuring, and calibrating procedures shall be submitted to ENGINEER for review and acceptance prior to startup and testing of equipment. 7-4. Mechanical Equipment Testing. After installation, and following certification in writing by the CONTRACTOR that the installation is ready for mechanical testing, the CONTRACTOR shall conduct mechanical tests on the equipment. The CONTRACTOR shall provide the ENGINEER with a letter certifying that the equipment has been installed in accordance with the specifications and CONTRACTOR's recommendations. The tests shall prove that the equipment has been properly installed; that there are no leaks at piping connections; that power, control, instrumentation, and alarms are properly connected and wired from equipment to points of supply or receipt of signals and are properly calibrated; and that all other work performed by the CONTRACTOR renders the equipment operational as intended. (City of Lubbock, Texas ) 01650 July 29, 2011 (South WTP ) -3- (Chlorine Dioxide Procurement Package) (161704 ) The CONTRACTOR's operational test of each piece of mechanical equipment shall continue for not less than eight hours without interruption. All moving parts of equipment and machinery shall be carefully tested for operation, and adjusted so all parts move freely and function to secure satisfactory operation. All equipment shall be tested continuously under actual or simulated operating conditions. All parts shall operate satisfactorily in all respects, under continuous full load and in accordance with the specified requirements, for the full duration of the eight -hour test period. If any part of a unit shows evidence of unsatisfactory or improper operation during the 8 hour test period, correction or repairs shall be made and the full 8 hour test operation, as specified, shall be completed after all parts operate satisfactorily. Tests of all process and pumping equipment, drive motors, including auxiliaries shall be made in accordance with the appropriate and approved test codes such as the American Society of Mechanical Engineers, Hydraulic Institute Standards, and IEEE. All specified tests shall be made by and at the expense of the CONTRACTOR in the presence of and to the satisfaction of the ENGINEER. Leak testing of all piping systems shall include testing all components at a pressure of at least 1.5 times the working pressure with no loss of pressure for at least 1 hour. If the test pressure exceeds the maximum pressure rating of the component or the component is for vacuum service, the ENGINEER shall be consulted for directions on acceptable testing methods. 7-5. Acceptance. When no other tests for acceptance are specified in the equipment sections, at the end of the performance testing, the chlorine dioxide feed system will be accepted if, in the opinion of ENGINEER, it has operated satisfactorily without exceeding the limits established in the specifications and showing excessive wear, or need for lubrication, or requiring undue attention; and if all its rotating parts operate without excessive vibration or noise at any operating condition. When other tests for acceptance are specified in the equipment sections, acceptance will be after all tests are satisfactorily conducted as specified in the appropriate equipment procurement specification. End of Section (City of Lubbock, Texas ) 01650 July 29, 2011 (South WTP ) -4- (Chlorine Dioxide Procurement Package) (161704 ) Section 01660 TRAINING REQUIREMENTS 1. GENERAL. The CONTRACTOR shall provide the services of the equipment manufacturer's field services representatives to instruct the OWNER'S operations and maintenance personnel in the operation, disassembly, and assembly of major equipment items, start-up, shutdown, safety concerns, troubleshooting, installation, alignment, and recommended corrective and preventive maintenance procedures for all chlorine dioxide equipment. In addition, CONTRACTOR shall provide the services of experienced field service representatives to instruct OWNER's operations and maintenance personnel in the operation, control, and troubleshooting of the overall chlorine dioxide feed system. The time for the training to be accomplished shall be coordinated with the OWNER. In general, the classroom training should be completed prior to the start of startup and testing, and the hands-on training provided during the startup and testing period. CONTRACTOR shall provide a combination of classroom and hands-on training. CONTRACTOR shall be responsible for planning, supervising, and conducting the training, in coordination with the OWNER. The training shall be planned such that it follows a logical sequence that generally includes covering mechanical systems, electrical systems, and instrumentation and controls. The OWNER will have the right to videotape all training sessions, or may designate separate sessions or portions thereof for the sole purpose of videotaping. The training sessions are intended to allow the OWNER'S personnel to continue with their normal duties concurrent with the classroom training, so each training session should be scheduled to last not more than four (4) hours each. The training sessions shall be scheduled to accommodate the OWNER'S staff daily schedule. 2. TRAINING REQUIREMENTS 2.01. Instruction Schedule. CONTRACTOR shall provide to the OWNER a tentative training schedule and contact person 30 days prior to commencement of any training. CONTRACTOR shall submit for approval a proposed lesson plan for the instruction 30 days prior to commencement of scheduled training. CONTRACTOR shall submit for approval credentials of its designated instructor. Credentials shall include a brief resume and specific details of the instructor's (City of Lubbock, Texas ) 01660 July 29, 2011 (South WTP ) -1- (Chlorine Dioxide Procurement Package) (161704 ) experience with training on maintenance and operation of the equipment provided. 2.02. Instruction Lesson Plan. CONTRACTOR'S proposed lesson plan shall detail specific instruction topics. Training aids to be utilized in the instruction shall be referenced and attached where applicable to the proposed lesson plan. "Hands-on" demonstrations planned for the instruction shall be described in the lesson plan. The CONTRACTOR shall indicate the estimated duration of each segment of the training lesson plan. 2.03. Training Aids. The CONTRACTOR'S instructors shall incorporate training aids as appropriate to assist in the instruction. At a minimum, the training aids shall include text and figure handouts. The CONTRACTOR shall provide the OWNER one complete set of all slides, transparencies, diagrams, and other written material used for training purposes. Other appropriate training aids are: • Audio-visual aids (e.g. films, slides, videotapes, overhead transparencies, posters, blueprints, diagrams, catalog sheets). ■ Equipment cutaways and samples (e.g. spare parts, damaged equipment). ■ Tools (e.g. repair tools, customized tools, measuring, and calibrating instruments). The CONTRACTOR'S instructors shall utilize descriptive class handouts during the instruction. Photocopied class handouts shall be good quality reproductions. Class handouts should accompany the instruction with frequent reference made to them. Customized handouts developed especially for the instruction are encouraged. Handouts planned for the instruction shall be attached with the CONTRACTOR'S proposed lesson plan. 2.04. Hands -On Training. The CONTRACTOR'S instructors shall provide "hands-on" demonstrations of normal and emergency equipment operations and common corrective maintenance repairs for the benefit of key operations and maintenance personnel. The CONTRACTOR shall provide the tools and equipment to conduct the demonstrations. Requests for supplemental assistance and facilities should be submitted with the CONTRACTOR'S proposed lesson plan. The proposed "hands-on" demonstrations should be described in the CONTRACTOR'S proposed lesson plan. In any hands-on training situation where OWNER'S operations or maintenance personnel participate in disassembly or assembly of equipment components, the CONTRACTOR shall be responsible for such disassembly or assembly and shall provide written certification of proper equipment assembly and operation to the ENGINEER. End of Section (City of Lubbock, Texas ) 01660 July 29, 2011 (South WTP ) -2- (Chlorine Dioxide Procurement Package) (161704 ) Section 01730 OPERATION AND MAINTENANCE MANUALS 1. GENERAL. Operation and maintenance information shall be supplied for all equipment. Operation and maintenance manuals shall include the following: a. Equipment function, normal operating characteristics, and limiting conditions. b. Assembly, installation, alignment, adjustment, and checking instructions. C. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to troubleshooting. f. Parts lists and predicted life of parts subject to wear. g. Outline, cross section, and assembly drawings; engineering data; and wiring diagrams. h. Test data and performance curves, where applicable. i. List of vendors for service and replacement parts purchase. j. The PLC source code in electronic format and printed format. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required by CONTRACTOR. Three (3) preliminary copies of operation and maintenance manuals shall be submitted to the ENGINEER within ten (10) calendar days prior to the date of shipment of each type of equipment. Preliminary copies shall be in hardcopy format. After review by OWNER and ENGINEER, three (3) final hardcopies and three (3) electronic copies of operation and maintenance manuals shall be delivered to (City of Lubbock, Texas ) 01730 July 29, 2011 (South WTP ) -1- (Chlorine Dioxide Procurement Package) - (161704 ) the ENGINEER not later than 30 days prior to placing the equipment in operation. 1.01. Haddcopy Operation and Maintenance Manuals. Hardcopies for preliminary manuals shall be temporarily bound in heavy paper covers bearing suitable identification. All manuals and other data shall be printed on heavy, first quality 8-1/2 x 11 inch paper, with standard three -hole punching. Drawings and diagrams shall be reduced to 8-1/2 x 11 inches or 11 x 17 inches. Where reduction is not practicable, larger drawings shall be folded separately and placed in envelopes, which are bound into the manuals. Each envelope shall be suitably identified on the outside. Each volume containing data for three or more items of equipment shall include a table of contents and index tabs. The final hardcopy of each manual shall be prepared and delivered in substantial, permanent, three-ring or three -post binders with a table of contents and suitable index tabs. 1.02. Electronic Operation and Maintenance Manuals. Each electronic copy shall be delivered on a unique CD-ROM in Adobe Acrobat's Portable Document Format (PDF). The PDF file(s) shall be fully indexed using the Table of Contents, searchable with thumbnails generated. File names shall use the "eight dot three" convention (XXXXX YY.pdf), where X is the five digit number corresponding to the specification section, and YY is a two digit number set in sequential order when there is more than one PDF document (more than one O&M manual) per specification section. The initial filename for the O&M submittal will be provided with the request for final O&M manuals. Scanned images must be at a readable resolution. For most documents, they should be scanned at 300 dots per inch (dpi). Optical Character Recognition (OCR) capture must be performed on these images. OCR settings shall be performed with the "original image with hidden text' option in Adobe Acrobat Exchange. One PDF document (PDF file) shall be created for each equipment service manual. The entire manual shall be converted to a single PDF file via scanning or other method of conversion. Drawings or other graphics shall also be converted to .PDF format and included into the single PDF document. Pages that must be viewed in landscape format shall be rotated to the appropriate position for easy reading on screen. The PDF documents shall have a bookmark created in the navigation frame for each major entry ("Section" or "Chapter") in the Table of Contents. Thumbnails shall be generated for each page or graphic in the PDF file. (City of Lubbock, Texas ) 01730 (South WTP ) -2- (Chlorine Dioxide Procurement Package) (161704 ) July 29, 2011 r -i The opening view for each PDF document shall be as follows: Initial View: Bookmarks and Page Magnification: Fit In Window The file shall open to the cover page of the manual, with bookmarks to the left, and the first bookmark shall be linked to the Table of Contents. 1.03. Labeling. As a minimum, the following information shall be included on all final O&M manual materials, including CD-ROM disks, jewel cases, and hardcopy manuals: Manufacturer's name. Equipment name and/or O&M title spelled out in complete words. Example: "Operations and Maintenance Manual" "Chlorine Dioxide Feed System" Specification Section Number. Example: "Section 11729" Project Name. "South WTP Project' File Name and Date. Example: 11729_01.pdf', "01-30-12" End of Section (City of Lubbock, Texas ) 01730 July 29, 2011 (South WTP ) -3- (Chlorine Dioxide Procurement Package) (161704 ) THIS PAGE LEFT BLANK INTENTIONALLY t (City of Lubbock, Texas ) 01730 July 29, 2011 (South WTP } -4- (Chlorine Dioxide Procurement Package) (161704 } Section 05550 ANCHORAGE IN CONCRETE AND MASONRY PART 1 - GENERAL 1-1. SCOPE. This section covers the procurement and installation of anchors in concrete and masonry for equipment applications. It includes adhesive and chemically grouted anchors, expansion anchors, and epoxy grouted anchor bolts to be installed in concrete and masonry. The CONTRACTOR shall be responsible for designing and furnishing all anchor bolts required for equipment in their scope of supply. When this section is referenced by any equipment section, anchorage for that equipment, including anchors and anchor bolts, shall be as specified herein. 1-2. GENERAL. Unless otherwise indicated bolts in concrete shall have a diameter of at least 3/4 inch, and bolts in grouted masonry shall have a diameter of at least 1/2 inch. All expansion anchors shall be at least 1/2 inch in diameter. Unless otherwise indicated, anchors and anchor bolts used in the following locations and applications shall be of the indicated materials. Epoxy Grouted Anchor Bolts All Interior Locations Stainless Steel Threaded Rod, Adhesive, Expansion, and Undercut Anchors All Interior Locations Stainless Steel 1-3. SUBMITTALS. In Stage I, data sheets and Shop Drawings indicating the manufacturer and types of adhesive and chemically grouted anchors, expansion anchors, and epoxy grouts to be supplied shall be submitted in accordance with the Submittals section. All anchorage products and systems used shall have a current product report on file with the International Code Council (ICC). In Stage I of the Project, Shop Drawings and engineering data for all anchorage items furnished by the CONTRACTOR shall be submitted in accordance with the Submittals Section. 1-4. DELIVERY STORAGE AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent damage or corrosion. Damaged materials shall be promptly replaced. Materials shall be shipped and stored in original manufacturer's packaging. (City of Lubbock, Texas ) 05550 July 29, 2011 (South WTP ) -1- (Chlorine Dioxide Procurement Package) (161704 ) r PART 2 - PRODUCTS 2-1. MATERIALS. Materials shall be as indicated below. Expansion Anchors Hilti "Kwik-Bolt II"; ITW Ramset/Red Head "Trubolt Wedge Anchor"; Powers Rawl "Rawl -Stud Anchor". Anchor Bolts and Nuts Stainless Steel Flat Washers Threaded Rod Anchors and Nuts Stainless Steel Adhesive and Chemically Grouted Anchors for Concrete and Grout Filled Masonry Threaded Rods and Nuts Adhesive Epoxy Grout for Reinforcing Bars, Threaded Rod Anchors, and Anchor Bolts Adhesive For Floors and Horizontal Surfaces For Vertical Surfaces and Overhead Applications Aggregate Bolts, ASTM F593, Alloy Group 1 or 2; nuts, ASTM F594, Alloy Group 1 or 2. ANSI B18.22.1; of the same material as anchor bolts and nuts. Rods, ASTM F593, Alloy Group 1 or 2; nuts, ASTM F594, Alloy Group 1 or 2. As specified for Threaded Rod Anchors and Nuts. Hilti "HIT HY 150" System; ITW Ramset/Redhead "Epcon Ceramic 6" System; or Power Rawl "Power Fast Epoxy Injection Gel' System. Sika "Sikadur 35, Hi -Mod LV"; ChemRex "Concresive Liquid LPL"; Sika "Sikadur 32 Hi -Mod". Sika "Sikadur 31 Hi -Mod Gel'. As recommended by the epoxy grout manufacturer. (City of Lubbock, Texas ) 05550 July 29, 2011 (South WTP ) -2- (Chlorine Dioxide Procurement Package) (161704 ) Water Clean and free from deleterious substances. Adhesive and Chemically Grouted Anchors for Hollow Masonry System Threaded Rod Anchors and As specified for Threaded Rod Nuts Anchors and Nuts. - Adhesive Hilti "HIT HY 20" System; ITW RamsetlRedhead "Epcon Ceramic 6" System; or Power Rawl "Power Fast Epoxy Injection Gel' System. Screen Tubes As recommended by the manufacturer. 2-2. ANCHORS. 2-2.01. Cast -in -Place Anchor Bolts. Not Used 2-2.02. Adhesive, Chemically Grouted, and Expansion Anchors. When adhesive, chemically grouted, or expansion anchors are indicated on the drawings, only acceptable systems shall be used. Acceptable systems shall include only those systems and products specified or specifically indicated by product name on the drawings. Alternative anchoring systems may be used only when specifically accepted by ENGINEER. An acceptable adhesive or chemically grouted anchor system may be used as an alternative in locations where epoxy grouted anchor bolts and epoxy grouted threaded rod anchors are specified or indicated. Threaded rod anchors in adhesive anchor systems shall be furnished with a sufficient length to provide an embedment depth of at least 15 rod diameters and free of coatings that would weaken the bond with the adhesive. Unless otherwise required, single nut and washer shall be furnished for threaded rod anchors, adhesive anchors and expansion anchors. Anchor bolts and threaded rod anchors that are to be epoxy grouted shall be clean and free of coatings that would weaken the bond with the epoxy. Adhesive anchors in hollow masonry shall utilize screen tubes as recommended by the manufacturer. 2-2.03. Epoxy Grouted Anchor Bolts and Reinforcing. Epoxy grout for installing reinforcing steel dowels and anchor bolts not indicated to be adhesive or chemically grouted anchors shall consist of a two -component liquid epoxy (City of Lubbock, Texas ) 05550 July 29, 2011 (South WTP ) -3- (Chlorine Dioxide Procurement Package) (161704 ) adhesive of viscosity appropriate to the location and application, and an inert aggregate filler component, if recommended by the adhesive manufacturer. Components shall be packaged separately at the factory and mixed immediately before use. PART 3 - EXECUTION 3-1. GENERAL. Anti -seize thread lubricant shall be liberally applied to projecting, threaded portions of stainless steel anchors immediately before tightening of the nuts. 3-2. CAST -IN -PLACE ANCHOR BOLTS. Not Used 3-3. ADHESIVE ANCHORS. The embedment depth for adhesive anchors or reinforcing bars shall be at least 15 rod or bar diameters unless otherwise indicated on the Drawings. Adhesive shall be statically mixed in the field during application. All proportioning and mixing of the components shall be in accordance with the manufacturer's recommendations. Anchors or bars shall be installed in holes drilled into hardened concrete or grout filled masonry. Diameter of holes shall be 1/16 inch [1.5 mm] larger than the outside diameter of the rod or bar unless recommended otherwise by the anchor system manufacturer. Holes shall be prepared by removing all dust and debris using procedures recommended by the adhesive manufacturer. Adhesive anchors and holes shall be clean, dry, and free of grease and other foreign matter at the time of installation. The adhesive shall be placed and the rods or bars shall be set in accordance with the recommendations of the manufacturer. Care shall be taken to ensure that all spaces and cavities are filled with adhesive, without voids. 3-4. EXPANSION ANCHORS. Expansion anchors shall be installed with an embedment depth of not less than six bolt diameters. The minimum distance between the center of any anchor and an edge or exterior corner of concrete shall be at least six times the diameter of the bolt. The distance between the centers of anchors shall be at least 12 times the diameter of the bolt. End of Section (City of Lubbock, Texas ) 05550 (South WTP ) -4- (Chlorine Dioxide Procurement Package) (161704 ) July 29, 2011 Section 11115 CENTRIFUGAL PUMPS PART 1 - GENERAL 1-1. SCOPE. This section covers the design and furnishing of centrifugal pumping units as part of the chlorine dioxide feed system to provide motive water to the chlorine dioxide generators. Each pump skid shall be provided with shutoff valves on the suction and discharge of each pump, a check valve on each pump discharge, and all appurtenances required for a fully functioning system. Pump designation. Number of pumps. Pump tag numbers. Pump location. Water supply pressure to booster pumps. Chlorine dioxide booster pumps. 1 Duty + 1 Standby unit. CBP-601 and CBP-602 Second floor of the chemical feed area. It can be expected that the supply pressure to the booster pumps will vary from 50 psi to 90 psi measured at the floor of the chlorine dioxide feed room. Normal water system pressure for the supply to the booster pumps will be in the range of 70 to 80 psi. Each pumping unit shall be furnished complete with a pump, electric motor, adjustable frequency drive, controller, coupling, coupling guard, anchor bolts, and other appurtenances specified or otherwise required for proper installation and operation, all mounted on a common baseplate. Pumps of the close -coupled type, with the impeller attached directly to the motor shaft without pump bearings or flexible couplings, will not be acceptable. 1-2. GENERAL. Equipment furnished under this section shall be fabricated and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. Hydraulic considerations and definition of terms shall be as set forth in the Hydraulic Institute Standards. 1-2.01. General Equipment Stipulations. The requirements specified in Section 01610, "General Equipment Stipulations," shall apply to the equipment furnished under this Section. (City of Lubbock, Texas ) 11115 July 29, 2011 (South WTP ) -1- (Chlorine Dioxide Procurement Package) (161704 ) 1-2.02. Tagging. Each item of equipment and each part shipped separately shall be tagged and identified with indelible markings for the intended service. Tag number shall be clearly marked on all shipping labels and on the outside of all containers. 1-2.03. Power Supply. Unless otherwise indicated, power supply to the equipment shall be 480 volts, 60 Hz, 3 phase. 1-3. SUBMITTALS. 1-3.01. Drawings and Data. CONTRACTOR shall submit the following items in accordance with the requirements specified in Section 01300, "Submittals." Items requiring submittals shall include, but not be limited to, the following. Drawings and Data. Complete fabrication, assembly and installation drawings, wiring and schematic diagrams, together with detailed specifications and data covering materials used, parts, devices and other accessories forming a part of the equipment furnished, shall be submitted during Stage I of the Work. Device tag numbers shall be referenced on the wiring and schematic diagrams where applicable. The data and specifications for each unit shall include, but not be limited to the following: Pumps Name of manufacturer. Type and model. Tag number. Pump location. Pump design calculations indicating the required pump capacity and head Rotative speed. Size of suction nozzle. Size of discharge nozzle. Net weight of pump only. Net weight with baseplate and coupling. Complete performance curves showing capacity versus head, NPSH required, pump efficiency, wire -to -water efficiency, and pump input power. Data of coupling. Data on shop painting. Base and anchor bolt details. (City of Lubbock, Texas ) 11115 July 29, 2011 (South WTP } -2- (Chlorine Dioxide Procurement Package) (161704 ) AFD/Motor/Controllers Name of manufacturer. Type and model. Type of bearings and method of lubrication. Rated size of motor, hp. Motor full load current. Motor locked rotor current. AFD/controller front view drawings. Schematics, including all interlocks. Wiring diagrams, including all internal and external devices and terminal blocks. 1-4. DELIVERY STORAGE AND HANDLING. Shipping, handling, and storage shall be in accordance with the requirements specified in Sections 01612 and 01614. 1-5. MANUFACTURER'S FIELD SERVICES. Provide the services of the manufacturer's field services representative during installation and testing as specified in Section 01620. 1-6. OPERATION AND MAINTENANCE DATA AND MANUALS. Submit O&M Manuals in accordance with the requirements specified in Section 01730. 1-7. QUALITY ASSURANCE. 1-7.01. Balance. All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practicable. Excessive vibration shall be sufficient cause for rejection of the equipment. The mass of the unit and its distribution shall be such that resonance at normal operating speeds is avoided. In any case, the unfiltered vibration velocity, as measured at any point on the machine including the motor, shall not exceed the maximum vibration limits of the governing standard unless otherwise required. At any operating speed, the ratio of rotative speed to the critical speed of a unit or its components shall be less than 0.8 or more than 1.3. PART 2 - PRODUCTS 2-1. SERVICE CONDITIONS. The pumping units shall be suitable for their intended service as part of the furnished chlorine dioxide feed system and (City of Lubbock, Texas ) 11115 July 29, 2011 (South WTP ) -3- (Chlorine Dioxide Procurement Package) (161704 ) service conditions described in the chlorine dioxide generator section. The pumping units shall also be suitable for the following service conditions: Seismic zone. Site Class D Seismic Design Category A Type of environmental exposure. Indoor Parts shall be interchangeable between units of similar size and capacity to the extent practical. All equipment furnished shall be designed to meet all specified conditions and to operate satisfactorily at the site elevation provided in Section 01610. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. Pumping units shall be selected and designed by the CONTRACTOR to satisfy the chlorine dioxide feed system performance requirements specified in the chlorine dioxide generator section. Two pumps shall be furnished, with each pump designed to supply water to operate one chlorine dioxide generator at all anticipated pump suction pressures. Pumps shall operate in duty/standby mode. All specified conditions shall be at rated speed unless otherwise indicated. The minimum hydrostatic test pressure shall be 1.5 times shutoff head plus maximum suction pressure. Pump performance shall be stable and free from cavitation and noise throughout the operating head range at design suction submergences. The design performance shall be based on a wearing ring diametral clearance of not less than 1 mil per inch of wearing ring diameter, or 12 mils total, whichever is greater. If pumping units and systems are designed in a way that will permit the pump to spin backward under power failure or other conditions, pumping units shall be designed so that maximum reverse rotation due to reverse flow at the rated head will not cause damage to any component. CONTRACTOR shall coordinate this provision with the pump and motor suppliers. 2-3. ACCEPTABLE MANUFACTURERS. Pumps shall be manufactured by Grundfos or equal. (City of Lubbock, Texas ) 11115 July 29, 2011 (South WTP ) -4- (Chlorine Dioxide Procurement Package) (161704 ) 2-4. MATERIALS. Each pump shall be constructed of the following materials: Suction/discharge base, pump head, motor stool Cast iron (Class 30) Impellers, diffuser chambers, outer sleeve 304 Stainless Steel Shaft Impeller wear rings Shaft journals and chamber bearings O-rings Shaft couplings 2-5. PUMP CONSTRUCTION. 316 or 431 Stainless Steel 304 Stainless Steel Silicon Carbide EPDM Cast Iron, Sintered Steel, or ductile iron 2-5.01. Casing Assembly. Casing parts shall have registered fit to maintain alignment. The nozzle flanges shall be flat faced, with ANSI/ASME B16.1, Class 125 diameter and drilling or internal pipe thread (NPT). Pipe -tapped openings shall be provided for draining, priming, and venting the casing. 2-5.02. Impeller. The impeller shall be securely locked to the shaft so that it will not be loosened by reverse rotation, but shall be easily removable. 2-5.03. Shaft and Shaft Sleeves. The shaft shall be completely machined. Deflection at the stuffing box shall not exceed 0.002 inch at any head in the operating range. A suitable splash deflector shall be mounted on the shaft adjacent to the frame bearing housing. The shaft shall be provided with a replaceable sleeve extending from the impeller through the stuffing box. The sleeve shall be positively secured to the shaft and shall be sealed to prevent leakage between the shaft and the sleeve. After assembly on the shaft, total runout shall not exceed 0.002 inch. 2-5.04. Bearings. Bearings shall be either oil or grease lubricated, antifriction type. Bearings shall have an AFBMA 1-10 Life Rating of 40,000 hours at specified operating conditions. The pump shaft speed shall not exceed the limits specified by the bearing manufacturer. 2-6. ACCESSORIES. Each pump shall be provided with lifting eyebolts or lugs; tapped and plugged openings for casing assembly and bearing housing vents and drains; and appropriate fittings for adding bearing lubricant. (City of Lubbock, Texas ) 11115 July 29, 2011 (South wTP ) -5- (Chlorine Dioxide Procurement Package) (161704 ) 2-7. INTEGRATED ADJUSTABLE FREQUENCY DRIVE MOTORS. Each motor in the pump system shall be of the Integrated Adjustable Frequency Drive design consisting of a motor and an Adjustable Frequency Drive (AFD) with a built-in pump system controller specifically designed for pumping applications. The complete AFD/motor assembly shall be manufactured and tested as one unit by the same manufacturer and one manufacturer shall have unit responsibility. The integrated AFD/motor combination shall be UL recognized as an integrated AFD/motor assembly. The AFD/motor shall have an IP55 (TEFC) enclosure rating as a complete assembly. The motor shall have a standard NEMA C-Face, Class F insulation with a Class B temperature rise. Motor drive end bearings shall be adequately sized so that the minimum L10 bearing life is 17,500 hours.at the minimum allowable continuous flow rate for the pump at full rated speed. The AFD/motor shall provide full nameplate output capacity (horsepower and speed) within a balanced voltage range of plus or minus ten percent of motor nameplate. AFD/motor voltage shall be 460 volt, three phase, 60 Hz. The AFD shall be of the PWM (Pulse Width Modulation) design using up to date IGBT (Insulated Gate Bipolar Transistor) technology. The AFD shall convert incoming fixed frequency three-phase AC power into a variable frequency and voltage for controlling the speed of the motor. The motor current shall closely approximate a sine wave. Motor voltage shall be varied with frequency to maintain desired motor magnetization current suitable for centrifugal pump control and to eliminate the need for motor de -rating. The AFD shall have, as a standard component, an RFI filter (Radio Frequency Interference) to minimize electrical noise disturbances between the power electronics and the power supply. The AFD/motor shall meet all requirements of the EMC directive concerning residential and light industry equipment (EN 61800-3). The AFD shall have a minimum of two field adjustable skip frequency bands. The AFD shall have internal solid-state overload protection designed to trip within the range of 125-150% of rated current. The AFD/motor shall include protection against input transients, loss of AC line phase, over -voltage, under -voltage, AFD over -temperature, and motor over -temperature. The motor over -temperature protection shall consist of three series connected PTC thermistors, one for each motor phase. The AFD/motor shall reduce speed during periods of overload allowing for reduced capacity pump operation without complete shut -down of the system. Detection of overload shall be based on continuous monitoring of current, voltage and temperature within the AFD/motor assembly. (City of Lubbock, Texas } 11115 July 29, 2011 (South WTP ) -6- (Chlorine Dioxide Procurement Package) (161704 ) The AFD/motor shall have, as a minimum, the following input/output capabilities: 1. Speed Reference Signal/Field Definable Analog Sensor: 0-10 VDC, 4-20mA 2. Digital remote on/off 3. Fault Signal Relay (NC or NO) 4. Fieldbus communication port (RS485) A single 480 volt, three phase, 60 Hz power supply will be provided for the complete system. The CONTRACTOR shall make provisions for feeding each AFD/motor and appurtenances from the single power supply. Provisions shall include a disconnect at each AFD/motor and any other components required for a complete functioning system. Where control voltage lower than the power supply voltage is required, a suitable control power transformer shall be furnished. 2-8 PRIMARY PUMP SYSTEM CONTROLLER AND USER INTERFACE The primary pump system controller (Proportional -Integral) shall be a standard component of the integrated adjustable frequency drive motor developed and supported by the pump manufacturer. The pump system controller shall be installed in one of the integrated AFD/motors and shall be labeled pump number one (Pump #1). The pump system controller shall be able to control up to 4 pumps in the system via a RS-485 field bus connection (provided and installed by the CONTRACTOR). The pump system controller shall have an easy to use interface mounted on the AFD/motor enclosure. Pump system start/stop and set - point adjustment shall be possible through the use of two push buttons located on the drive enclosure of the AFD/motor with the primary pump system controller card installed. Each AFD/motor shall be capable of receiving a remote analog set -point (4- 20mA) as well as a remote on/off (digital) signal. It shall be capable of individual pump constant pressure control in the event that the primary pump system controller becomes disconnected or is not functional. (Requires a pressure transmitter for each integrated AFD/motor). Pump status and alarm state shall be indicated via two LED lights located on the AFD/motor enclosure of each pump. Advanced programming and troubleshooting shall be possible via an infra -red hand held programmer or a field connected personal computer on the AFD/motor with the primary pump system controller card installed. Pump system programming (field adjustable) shall include as a minimum the following: System Pressure set -point, psig System start pressure, psig (City of Lubbock, Texas ) 11115 July 29, 2011 (South WTP ) -7- (Chlorine Dioxide Procurement Package) R (161704 ) System Stop pressure, psig System Time (Proportional Gain) Pressure Transducer supply/range Integral Action Time No Flow Shutdown Advanced programming and troubleshooting of individual AFD/motors shall be possible via an infra -red hand held programmer or a field connected personal computer. Note: individual pump settings are ignored if the primary pump system controller is controlling the operation of the individual pumps. Pump system programming (field adjustable) shall include as a minimum the following: Pressure set -point, psig Start pressure, psig Stop pressure, psig Minimum Pump Speed, % Pressure Transducer supply/range Maximum Pump Speed, % System Time (Proportional Gain) Integral Action Time No Flow Shutdown The infra -red programmer shall be capable of displaying the following status readings: Pump Status (on, off, min., max.) System Set -point, psig Actual system pressure, psig Remote set -point, % Pump speed, rpm AFD/Motor input power, kW AFD/Motor total cumulative kWh AFD/Motor total operating hours The infra -red programmer shall also be capable of displaying the following alarms, with the last five alarms stored in memory: Loss of sensor signal Loss of external set -point signal Under -voltage & Over -voltage Motor overload (blocked pump) Motor over -temperature Drive over -temperature Drive Over -current (City of Lubbock, Texas ) 11115 July 29, 2011 (South WTP ) -8- (Chlorine Dioxide Procurement Package) (161704 ) 2.-9 SEQUENCE OF OPERATION The primary pump system controller shall operate equal capacity variable speed pumps to maintain a constant discharge pressure (system set -point). Each pump shall be designed to deliver full flow required to operate one chlorine dioxide generator and shall operate in a duty/standby mode where one pump would run and the other would be a standby. The primary pump system controller shall receive a 4-20mA analog signal from the factory installed pressure transducer on the discharge manifold, indicating the actual system pressure. As flow demand increases or pump suction pressure falls, the pump speed shall be increased to maintain the system set -point pressure. As indicated, one pump shall be sized to deliver the full flow required. However, if the operating pump reaches 100% of full speed and cannot maintain pressure, the standby pump will be started and will increase speed until the system set -point is achieved. During 2 pump operation, and the system pressure is equal to the system set -point, both pumps shall reach equal operating speeds. For 1 pump or 2 pump operation, as flow demand decreases or pump suction pressure rises, the pump speed shall be reduced while system set -point pressure is maintained. When both pumps are running at low speed, the pump system controller shall switch the standby pump off when one pump is able to maintain system demand. The primary pump system controller shall be capable of switching pumps on and off to satisfy system demand without the use of flow switches, motor current monitors or temperature measuring devices. The pumps shall alternate automatically based on, first on first off and fault. Each time the duty pump is stopped, the standby pump shall become the duty pump and the duty pump shall become the standby pump. 2-10. SHOP TESTS. Each pump shall be tested at the factory for capacity, power requirements, and efficiency at rated head, shutoff head, operating head extremes, and at as many other points as necessary for accurate performance curve plotting. All tests and test reports shall be made in conformity with the requirements and recommendations of the Hydraulic Institute Standards. Acceptance testing shall be Level A, with no minus tolerance or margin allowed. Test reports shall be transmitted to the ENGINEER for review before the pumps are shipped. PART 3 - EXECUTION 3-1. INSTALLATION. Installation shall be performed by the CONTRACTOR. The equipment shall be installed in accordance with the Hydraulic Institute Standards and manufacturer's recommendations. (City of Lubbock, Texas ) 11115 July 29, 2011 (South WTP } -9- (Chlorine Dioxide Procurement Package) (161704 ) 3-2. FIELD INSPECTIONS AND TESTS. 3-2.01. Manufacturer's Installation Check. After installation, the manufacturer's field services representative shall inspect and approve the installation as specified in Section 01620. 3-2.02. Pre -Startup Test and Checks. Pre -startup tests and checks will be performed in accordance with the requirements specified in Section 01650, "Startup and Testing Requirements." Testing shall not begin until installation checks by the equipment manufacturer have been completed. 3-3. TRAINING. Pump manufacturer and CONTRACTOR shall provide training as specified in Section 01660. End of Section (City of Lubbock, Texas ) 11115 July 29, 2011 (South VVTP ) -10- (Chlorine Dioxide Procurement Package) (161704 ) Section 11729 Lei am •: 0,__ wj I p AM- •- PART 1 - GENERAL 1-1. SCOPE. This section specifies the requirements for the design, fabrication, furnishing, installation, performance testing, and long term operation and maintenance of the complete chlorine dioxide feed system and associated special services. The CONTRACTOR shall meet the requirements described herein and the requirements found elsewhere in these Contract Documents. Proposal evaluation by the OWNER and/or ENGINEER will include various factors, including, but not limited to conformance with the specification, cost of equipment, cost of implementation, and operating costs. The CONTRACTOR shall furnish a complete chlorine dioxide feed system that includes the following equipment and services as defined herein: a. Two chlorine dioxide generators with a capacity of 250 pounds chlorine dioxide per day including all internal piping and valves, external piping and valves required to provide a fully functioning system, analytical equipment, instrumentation devices, Programmable Logic Controllers, and accessories. b. Booster pump skids for providing motive water to the generators including pumps, motors, adjustable frequency drives (AFDs), controls, and piping and valves. c. Pressure reducing valve skid if required to control water pressure to the generators. d. Chlorine dioxide analyzer and associated equipment. e. Miscellaneous valves and piping not provided by the CONSTRUCTION CONTRACTOR to complete the system installation. f. Instrumentation, control, and monitoring systems for the chlorine dioxide feed system. g. Water supply treatment or conditioning equipment required for operation of the equipment. h. Associated electrical systems to provide power to the equipment and control the operation of the equipment. CONSTRUCTION CONTRACTOR will make provisions for providing power to junction boxes located near the generators and the booster pump skids and for transmitting control and monitoring signals between the generators (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP (Chlorine Dioxide Procurement Package) (161704 ) and the Plant Control System. The chlorine dioxide equipment provided shall be capable of communicating with the Plant Control System to enable the Plant Control System to perform all chlorine dioxide system monitoring and control functions. All instrumentation required to generate the necessary control parameter signals for proper operation and monitoring of the chlorine dioxide feed system shall be provided by the CONTRACTOR. CONTRACTOR shall be responsible for coordinating with CONSTRUCTION CONTRACTOR and completing the required power, control, and monitoring connections between the equipment furnished and the cable and conduit installd by CONSTRUCTION CONTRACTOR. The CONTRACTOR shall provide all programming required for a completely operational chlorine dioxide feed system. The CONTRACTOR shall also provide startup services as required for the control system. Technical, shop drawing, and operation and maintenance manual submittals. This data to include detailed termination requirements to indicate all field connections required by the system including electrical power and control terminations and process piping connections. Detailed scope of supply and scope of installation shall be defined by the CONTRACTOR for any and all equipment necessary for the chlorine dioxide feed system. k. OWNER training services per Section 01660 —Training Requirements. Spare parts and special tools. m. CONTRACTOR shall be responsible for coordinating with the CONSTRUCTION CONTRACTOR and installing the equipment, valves, piping, instrumentation, control and monitoring systems to make a complete functioning chlorine dioxide feed system. n. Furnish and deliver Purate for use in generating chlorine dioxide throughout the term of the Agreement. o. Provide long term operation and maintenance services throughout the term of the Agreement. (City of Lubbock, Texas } 11729 July 29, 2011 (South WTP } -2- (Chlorine Dioxide Procurement Package) (161704 ) C� A I 1-1.01 WORK BY OTHERS. CONSTRUCTION CONTRACTOR will construct the building and room to house the chlorine dioxide feed system and provide chemical storage facilities including: • Chlorine dioxide feed room for housing the generators and associated equipment (except the booster pumps), a 75 gallon sodium chlorate (Purate) day tank, two transfer pumps for transferring Purate from storage to the day tank, and other systems shown on the construction drawings. • Space on the floor above the chlorine dioxide feed room for installation of the booster pumps. • A 5,000 gallon fiberglass reinforced plastic sodium chlorate (Purate) storage tank located outdoors under a canopy adjacent to the chlorine dioxide feed room. The storage tank is heated and outdoor piping is heat traced. • A 5,000 gallon steel storage tank and 80 gallon day tank for storing and handling 78 percent sulfuric acid. Both tanks are located outdoors under a canopy and are heated. Piping located outdoors is heat traced. • The following piping to be installed to the vicinity of each generator: a. Purate supply b. Sulfuric acid supply c. Motive water supply from the vicinity of the booster pumps to the generators d. Dilution water, if required e. Cooling water, if required f. Vents for the Purate piping and calibration columns g. Vents for the sulfuric acid piping and calibration columns h. Drains to the sulfuric acid containment area i. Drains to the Purate containment area j. Cooling water drain, if required k. Chlorine dioxide solution feed piping to the feed point 1. Carrier water supply • Service water supply piping to the vicinity of the booster pumps. The service water supply is taken from the potable water supply and provided with a reduced pressure type backflow preventer at the connection to the potable water supply. • Conduits with control cables from PLC-600 to junction boxes located adjacent to each generator • Conduit and power supply cables from MCC-601 to a disconnect switch located in the vicinity of the chlorine dioxide booster pumps. (City of Lubbock, Texas } 11729 July 29, 2011 (South WTP ) -3- (Chlorine Dioxide Procurement Package) -. (161704 ) For information, a copy of Section 11728 is attached in Appendix A outlining CONTRUCTION CONTRACTOR's responsiblities during installation of the chlorine dioxide feed system. 1-2. GENERAL. Equipment furnished under this section shall be fabricated, assembled, and placed in proper operating condition in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by the ENGINEER. 1-2.01. General Equipment Stipulations. General Equipment Stipulations shall apply to all equipment furnished under this section, except as modified herein. 1-2.02. Single Chlorine Dioxide Feed System Manufacturer. All components of the chlorine dioxide feed system shall be designed, coordinated, and supplied by a single manufacturer. The CONTRACTOR shall furnish a system that is fully coordinated, with all components of the system operating properly and efficiently with all other components. All items required for a complete and properly operating system shall be provided, whether specifically called for or not. It is the responsibilty of the CONTRACTOR to set the correct design and operating values for its equipment to meet all of the requirements of the specifications. This responsibilby shall not override the design requirements or standards specified in the Contract Documents. 1-2.03. Anchor Bolts and Fasteners. All anchor bolts, nuts and washers shall be as specified in the anchorage in concrete and masonry section. The CONTRACTOR shall be responsible for designing and furnishing all anchor bolts required for the installation of equipment being furnished. 1-2.04. Power Supply. Power supply to the chlorine dioxide generators shall consist of 240 volt, single phase, 60 hertz power. For the booster pumps, 480 volt, three phase power will be provided. For 120 volt, single phase power and control circuiting, power shall be derived by control power transformers provided by the CONTRACTOR with the associated system. All electrical work provided by the CONTRACTOR shall comply with the electrical portion of this Specification, the latest version of the National Electrical Code, and all applicable codes listed in Section 01015. 1-2.05. Technical Specifications. Technical specification sections included in these Contract Documents are provided to indicate the requirements for equipment supplied by CONTRACTOR as part of the chlorine dioxide feed system Scope of Supply. Some data fields within specific specification sections (City of Lubbock, Texas } 11729 (South WTP ) -4- (Chlorine Dioxide Procurement Package) (161704 ) July 29, 2011 may have been intentionally left blank to allow the manufacturer to complete the design of the equipment. However, all requirements within the text of the Specifications shall be met by the equipment to be supplied. It is the CONTRACTOR's responsibility to clearly indicate in their proposal any deviations from these Technical Specifications. Deviations may be considered as part of the basis for evaluation at the discretion of the OWNER or the ENGINEER. 1-3. SUBMITTALS. 1-3.01 Stage I Technical Submittals. The CONTRACTOR shall furnish technical submittals as required to adequately define the chlorine dioxide feed system. The number of copies of each technical submittal that are submitted to ENGINEER shall be as specified in the submittals section. Complete dimensional, assembly, and installation drawings; wiring and schematic diagrams; and details, specifications, and data covering the materials used for the parts, devices and accessories forming the system furnished, shall be submitted in accordance with the submittals section. The Technical Submittal shall address ENGINEER's comments or questions pertaining to the information provided with CONTRACTOR's Proposal and shall also include the following: a. Updated versions clearly marked to show any changes or revisions to the submittal that was provided with CONTRACTOR's proposal, including drawings and tables describing the equipment. b. Complete electrical termination drawings, indicating all internal and external electrical connections. The drawings shall include a schematic or one -line type power distribution drawing indicating all power distribution wiring within the package and indicating point of external connection and total connected load. In addition, point-to- point wiring diagrams shall be provided to indicate all termination points for both internal and external connections. Where equipment is assembled and pre -wired in raceways, provide a raceway numbering system and identify the circuits and wiring in each raceway. External connection points shall be clearly labeled on the drawings. Where wire sizes are indicated, identify the size per the American Wire Gauge (AWG) standard. c. Detailed drawings and schedules showing the principal items of equipment being furnished and their interrelationship, including sizes for all piping and valves, and valve numbering. Detailed Process Flow Diagrams (PFDs) and Process and Instrumentation Drawings (P&IDs) shall be provided as part of this package. Drawings shall indicate all connection points and type of connection to piping provided by CONSTRUCTION CONTRACTOR. Drawings shall also indicate scope of supply and scope of installation. (City of Lubbock, Texas } 11729 July 29, 2011 (South WTP ) -5- (Chlorine Dioxide Procurement Package) (161704 ) d. Equipment specification sheets and product catalog cut -sheets on all major equipment items, clearly marked to show the applicable model number, optional features, and intended service of each device. e. Details on metering pumps. f. Details on all pumps as specified. g. A device schedule indicating the tag number, size, ranges, manufacturer, and model number for all devices. h. A 1/0 schedule indicating the tag number, type, ranges, and interconnection data for all devices. i. Instrumentation and control system information as specified, including, but not limited to: A control system overview diagram showing the control system components and their physical interconnection. Catalog data for all proposed instrumentation and control -system components. ISA format data sheets for all instrumentation provided with the system. Complete panel drawings, including panel front views, panel layout drawings, and cable termination/wiring drawings. A brief description of the proposed control system and the scope of the programming work to be performed by the CONTRACTOR. This shall include a written description of the process including all ancillary systems. Complete screen configuration drawings for chlorine dioxide feed system operator interface. 1-3.02. Operations and Maintenance Data and Manuals Submittal. Operation and Maintenance Data and Manuals for all equipment furnished by the CONTRACTOR shall be submitted in accordance with these Contract Documents. 1-4. SPARE PARTS AND SPECIAL TOOLS. Spare parts and special tools shall be suitably packaged in accordance with the specifications, with labels indicating the contents of each package. Spare parts shall be delivered to the OWNER as specified. Spare parts used during startup shall be replaced. As a (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -6- (Chlorine Dioxide Procurement Package) (161704 } minimum, the spare parts furnished by the CONTRACTOR shall include the following: • 2 sets of each type of gasket • 1 of each chemical feed pump • 1 water flow transmitter • 3 reactor check valves • 1 of each type of pressure gauge • 2 backpressure regulators PART 2 — PRODUCTS 2-1. FEED CONDITIONS. The City of Lubbock South Water Treatment Plant will treat water from Lake Alan Henry near Lubbock, Texas that has been treated with the following processes: pre -oxidation with chlorine dioxide (periodically, or continuously, at the Owner's discretion), coagulation, flocculation, clarification and membrane treatment. Primary disinfection of the treated water will be accomplished using sodium hypochlorite followed by liquid ammonium sulfate to convert to chloramines in the finished water. Treated water as described will be provided for operation of the chlorine dioxide feed system. Facilities included in the WTP project are described in the project requirements and other sections. 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 — RAW WATER QUALITY Constituent Typical Range Temperature, °C 8 — 30 (range) pH, standard units 7 — 9 (range) 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 (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -7- (Chlorine Dioxide Procurement Package) (161704 ) The chemicals listed in Table 2 will be fed during the treatment process. Table 2: Treatment Chemicals Chlorine dioxide Pol aluminum chloride, alum, or ferric sulfate Sodium Hypochlorite Liquid Ammonium Sulfate 2-2. CHLORINE DIOXIDE GENERATION UNITS. Two Chlorine Dioxide Generators shall be designed and constructed to support the following requirements: • Continuous 24 hour per day, 7 day per week operation. • Treatment purpose: Iron and manganese control, taste and odor control, and for disinfection. • The equipment shall be capable of operation throughout a range of production rates varing from 16.0 to 250.0 pounds per day. The equipment shall be capable of normal operation over a feed range of 10 to 1 without requiring recalibration of the system. Recalibration of the equipment will be necessary to operate over the full range of production rates s. 2-2.01. Design Requirements. The overall plant treatment system is described in the Project Requirements section. Chlorine dioxide will be injected to the raw water supply at either the terminal storage reservoir outlet structure or the terminal storage reservoir inlet structure. The arrangement of the system includes the following: • Chlorine feed room floor elevation 3162.00 ; • Water surface elevation at terminal storage reservoir inlet structrure 3194.50 • Approximate distance from chlorine dioxide room to terminal storage reservoir inlet structure 3,500 feet • Water Surface elevation at terminal storage reservoir outlet structure 3194.50 • Approximate distance from chlorine dioxide feed i room to terminal storage reservoir outlet structure 1,700 feet • Feed piping size 3 inches • Design chlorine dioxide solution piping back pressure at i generator 30 psi 2-2.02. Chlorine Dioxide Generation Process. Chlorine dioxide shall be generated on site using Purate (stabilized sodium chlorate and hydrogen peroxide mixture) and 78% sulfuric acid. The generator shall maintain a (City of Lubbock, Texas ) 11729 July 29, 2011 (South 1NTP ) -8- (Chlorine Dioxide Procurement Package) (161704 ) �l minimum chlorate conversion efficiency of 95% throughout the operating range. 2-2.03. Chlorine Dioxide Generation Equipment. All equipment, including the reactor, pumps, eductor, etc., shall be provided with a cabinet that completely encloses the equipment to protect personnel from accidental exposure to chemicals. The enclosure shall be provided with front access doors having clear panels for viewing the generator equipment. The enclosure shall provide for the separate collection of Purate® and acid chemical drips to piped drains. The reactor chamber shall be maintained under vacuum at all times using a water eductor. The reactor shall be rated for full vacuum and 150 psig pressure at 300°F. Flanged connections shall be used to assemble the reactor and gas header components to facilitate maintenance activities. The water eductor shall be constructed of PVDF or CPVC, flanged, and rated for 150 psig and suitable for operation at 30 psig backpressure. Purate® and acid chemical feed supply to the reactor shall be by adjustable frequency motor -driven diaphragm pumps. A calibration tube shall be included in the generator for each chemical feed pump. Chemical feed lines shall incorporate automatic shutoff valves that actuate whenever the unit starts or stops. All piping of motive water, chlorine dioxide solution, vents, drains, etc. shall be constructed of SCH80 CPVC material. Flanged connections shall be used where possible. Threaded pipe connections shall be avoided for wetted connections. Chemical feed tubing shall be Teflon®. Tubing fittings shall be Kynar® and incorporate mechanical tubing grippers for secure connections. 2-2.04. Reagents. An MSDS shall be provided by the CONTRACTOR for Purate® and also for the product stream of chlorine dioxide. 2-3. FURNISH AND DELIVER SODIUM CHLORATE (PURATE). Purate will be a direct additive used in the treatment of potable water. It shall be certified as suitable for contract with or treatment of drinking water by an accredited certification organization in accordance with NSF/ANSI 60. Evaluation shall be accopmlished in accordance with requirements that are no less restrictive than those listed in NSF/ANSI 60. Certification shall be accomplished by a certification organization accredited by the American National Standards Institute. Purate shall comply with the requirements of the Safe Drinking Water Act and other federal regulations for potable water. The material supplied shall contain no soluble inorganic or organic substances in quantities capable of producing deleterious or injurious effects on the health of those consuming water that has been properly treated with the material. These quantities shall not be capable of causing water so treated to exceed USEPA safe drinking water standards. (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -9- ! (Chlorine Dioxide Procurement Package) i (161704 } 2-4. PIPING. All piping internal or integral to the equipment and all piping required to connect with piping installed by CONSTRUCTION CONTRACTOR shall be provided by the CONTRACTOR and shall meet all applicable requirements as specified. Process piping and all materials in contact with water shall be NSF 61 approved. Threaded fittings shall not be used for pipe diameters exceeding 2 inches. CONTRACTOR shall confirm that all necessary vent piping for sulfuric acid and sodium chlorate supply to the generators is installed and to install additional vent piping as required. Additional vent piping shall be connected to the vent piping installed by CONSTRUCTION CONTRACTOR. 2-4.01. Sulfuric Acid Piping. Carpenter 20-Cb3 pipe with socket weld fittings: • Welded ASTM B464-UNS N08020, Schedule 40. • Seamless ASTM B729-UNS N08020, Schedule 40. • Fittings Socket weld, class 3000 ASTM B462-UNS N08020. The use of flanged fittings shall be limited to equipment connections or to connections to CONSTRUCTION CONTRACTOR installed pipe. 2-4.02. Sulfuric Acid Vent and Overflow Piping. Schedule 80 CPVC Pipe with Solvent Welded Joints: • Pipe ASTM F441, Cell Classification 23447, bearing NSF seal, Schedule 80. • Fittings ASTM F439, Cell Classification 23447, bearing NSF seal. Flanges or unions shall be provided where needed to facilitate disassembly of equipment or valves. Flanges or unions shall be joined to the pipe by a solvent weld. When acceptable to Engineer, threaded joints may be used instead of solvent welded joints in exposed interior locations for the purpose of facilitating assembly. The use of threaded joints in this system shall be held to a minimum. 2-4.03. Chlorine Dioxide Solution and Sodium Chlorate Piping. Schedule 80 PVC Pipe with Solvent Welded Joints: • Pipe ASTM D1785, Cell Classification 12454, bearing NSF (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -10- (Chlorine Dioxide Procurement Package) (161704 ) seal, Schedule 80. • Fittings ASTM D2467, Cell Classification 12454, bearing NSF seal. Flanges or unions shall be provided where needed to facilitate disassembly of equipment or valves. Flanges or unions shall be joined to the pipe by a solvent weld. When acceptable to Engineer, threaded joints may be used instead of solvent welded joints in exposed interior locations for the purpose of facilitating assembly. The use of threaded joints in this system shall be held to a minimum. 2-4.04 Service Water 3 inch and smaller. Water Tubing with Solder and Brazed Joints: • Tubing Hard drawn copper tubing, ASTM B88, Type L. • Fittings Solder joint (smaller than 2 inch), Brazed joint (2 inch and larger), material to match tubing. Fittings shall conform to ANSI B16.18, or ANSIIASME B16.22. • Flanges Where required for conection to equipment, valves, and accessories, ANSI B16.24, class 150, cast bronze, brazed joint. All joints in assembled piping shall be water tight and free from visible leaks. Each leak discovered shall be reparied by and at the expense of the CONTRACTOR. 2-5. VALVES. The chlorine dioxide feed system shall be furnished complete with all valves and actuators internal to a unit and all external valves required to be both automatically controlled by the system or manually actuated. Valve tags shall be provided for all valves supplied by the CONTRACTOR and shall be stainless steel tags or brass tags with a stainless steel cable attachment. 2-5.01. Ball Valves. For water service in metallic piping systems: • Rating • Code • Type • Body/Bonnet • Trim Seat Ball Stem Thrust Washer Stem Seal 500 psi [3.4 MPa] nonshock cold WOG MSS SPA 10 In -line, two piece, end entry, full port ASTM B584-C84400 bronze Reinforced Teflon Brass, or chrome plated brass Brass or bronze Reinforced Teflon Teflon or Viton (City of Lubbock, Texas ) 11729 (South WTP ) -11- (Chlorine Dioxide Procurement Package) (161704 } I L_ July 29, 2011 • End Connection Threaded End • Temp. Limitations -20 to 400°F [-29 to 204°C] • Valve Operator Lever • Manufacturers Conbraco Industries "Apollo 77-100 Series"; Powell "Fig 4210T" 2-5.02. Check Valves. Water, Socket ends, 2 inch or smaller pipe: • Rating Class 125 • Code AWWA C508 • Type Horizontal swing, threaded bonnet • Body/Bonnet ASTM B62 bronze • Trim Seat Bronze, regrinding Disc Bronze Hinge Pins Manufacturer's standard • End Connection Soldered • Temp. Limitations -20OF to 212OF [-29°C to 100°C] • Manufacturers Nibco "S-413-B", Walworth "Fig 3046SJ 2-5.03. Other Valves and Accessories. CONTRACTOR shall provide additional shut-off valves for Purate and sulfuric acid as required external to each feeder and pressure relief valves for Purate piping. For the water supply system, CONTRACTOR shall provide all shut-off, flow control, and pressure control valves including solenoid valves, and check valves. Valves shall be provided to allow each booster pump to operate independently with one serving as standby to the duty pump. All other valves which are not listed, but are required by the manufacturer for proper system operation, shall be supplied by the CONTRACTOR. i 2-6. ELECTRICAL REQUIREMENTS. 2-6.01. Panel Construction. Any panels provided for the booster pumps shall be NEMA Type 4X Type 316 stainless steel. Welds, seams, and edges on all exposed surfaces shall be ground smooth. Enclosures shall be suitable for wall mounting. The components shall be arranged for external wiring conduit to enter from the top or bottom. Top, sides, rear, and sub -panels shall be fabricated from stainless steel plates not less than USS 14 gauge, designed for front access with hinged front doors. �i (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -12- (Chlorine Dioxide Procurement Package) (161704 ) Instruments and control devices shall be mounted in the front doors of the enclosure. The doors shall be suitably reinforced between mounting cutouts and drillings to support instruments and devices without deformation. Doors shall be essentially full height, having turned -back edges and additional bracing to ensure rigidity and prevent sagging, mounted with strong continuous piano -type hinges. "Twist -on" style positive clips shall be furnished in lieu of "screw -on" style around each side of panel doors. Control voltage for motor starters, lights, relays, timers, and auxiliaries shall be 120 volts, single phase from a control power transformer in the panel. The control power transformer shall have both primary leads fused and one secondary lead fused and the other grounded. Indicating lights and control devices shall be heavy-duty, gasketed, oiltight, 30.5 mm type and shall maintain the overall rating of the control panel. Each device shall be provided with an engraved or etched nameplate identifying the application or system action. Indicating lights shall be push -to -test type with LED lamps. Auxiliary and time -delay relays shall be heavy-duty, industrial type, with 120-volt ac coils and output contacts rated 10 amperes at 120 volts ac. Elapsed time meters shall be synchronous motor drive, 99,999.99 hours span, nonresettable, and 120 volts ac. 2-6.02. Panel Wiring. All internal instrument and component device wiring shall be as normally furnished by the manufacturer and shall be labeled or noted with identification as shown on the manufacturer's equipment submittal drawings. All interconnecting wiring and wiring to terminals for external connection shall be insulated for not less than 600 volts. Terminal blocks for external connections shall be suitable for 12 AWG wire, rated 30 amperes at not less than 600 V, and shall be fabricated complete with marking strip, covers, and pressure connectors. A terminal shall be provided for each conductor of external circuits. All wiring shall be grouped or cabled and firmly supported to the panel. Not less than 8 inches clearance shall be provided between the terminal strips and the top or bottom for conduit and wiring space. Not less than 10 percent spare terminals shall be provided. The panel shall be : completely wired at the factory, ready for external connection to remote devices and power supplies. 2-6.03. Device Installation. All devices within the panel shall be permanently i identified. The device and terminal identifications shall agree with those indicated on the equipment submittal drawings. (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -13- (Chlorine Dioxide Procurement Package) (161704 ) Nameplates shall be provided on the face of the panel or on the individual device as specified. Nameplates shall be secured firmly to the panel. 2-6.04. Power Connection. Each 480 VAC control panel shall be equipped with a molded case power circuit breaker disconnect. The disconnect handle shall be padlockable and interlocked with the panel door to prevent opening with the circuit breaker energized, except by an interlock override. Circuit breaker shall have a 42,000 ampere symmetrical interrupting rating. Distribution of 480-volt power from load side of circuit breaker shall be provided as needed to any branch circuit overcurrent devices or branch circuit motor starters. 2-6.05. General Electrical. See Section 16050. 2-7. INSTRUMENTATION & CONTROL SYSTEM. 2-7.01 Controls. The chlorine dioxide feed system shall be controlled and monitored by dedicated Programmable Logic Controllers (PLC) contained in separate cabinet enclosures, adjacent to each generator. The PLCs shall be capable of controlling chemical feed pumps, isolation valves, and motive water booster pumps and monitor motive water flow, pressure, and chlorine dioxide concentration. Safety interlocks for motive water flow and reactor vacuum shall shutdown the generator if safety levels are exceeded. The generators shall be provided with discrete remote on/off control capability. The PLC shall provide the ability to interface a water booster pump start/stop function with the generator start/stop logic using appropriate time delays between pump starting/stopping and generator operation. The generator shall be capable of receiving an analog input signal (4 -20 mA) that will automatically adjust the operating rate of the unit linearly with signal. A chlorine dioxide analyzer shall be provided to monitor chlorine dioxide solution concentration. The PLCs shall be pre-programmed to accept a 4-20mA input signal and scaling parameters for the analyzer. PLC algorithms shall utilize the analyzer value and a magnetic type water flow meter to calculate production rates and efficiencies. A chlorine dioxide analyzer bypass loop shall be provided. A local touch -screen operator interface terminal (OIT) shall display process data and provide for local control of the unit. Locally, the OIT shall be used to START/STOP the unit, view process data, input set points, and view recent alarms. It shall also be used to set up alarm parameters and operating limits, perform pump calibrations, configure optional features, and perform other set up functions. The unit shall be provided with a local MANUAL STOP that will (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -14- (Chlorine Dioxide Procurement Package) (161704 ) override local or remote control and prevent unit operation. The unit shall also be capable of communicating with the Plant Control System through an Ethernet connection and exchange process data using OPC protocol. The Plant Control System shall have all functionality as the OIT, including the ability to remotely START/STOP the units and provide a discrete RUN PERMISSIVE signal similar in function to the MANUAL STOP. At a minimum the unit shall be capable to provide discreet feedback of the generator status on/off, and "no alarm present"P'alarm present', and variable process value for reactor pressure, set rate, and calculated rate by analyzer. Other process data shall be available to the Plant Control System through OPC �.' protocol data exchange. 2-7.02. Wiring. To the largest extent possible, all wiring to and from each generator PLC and the external devices associated with the unit shall be factory - wired within corrosion -resistant wireway or conduit system. The raceway system shall consist of PVC coated rigid steel conduit or liquidtight flexible metal conduit. Power wiring, control wiring, and signal wiring shall be separated within independent wireways or conduits. Power wiring to 480 volt equipment shall be in individual conduit runs for each circuit. Each chlorine dioxide feed system shall be fully assembled, wired, and tested at the factory. 2-7.03. Instrumentation. The chlorine dioxide generation units shall be furnished with the following instrumentation devices at a minimum. These devices shall be mounted as part of the generation unit and be factory wired and tested. The CONTRACTOR shall submit a schedule of these devices with the Technical Submittal, including the information requested in the sample below (or approved equal): 2-7.03.01 Design Criteria. Each device shall be a pre -assembled, packaged unit. Upon delivery to the work site, each device or system shall be ready for installation with only minor piping and electrical connections. The connection requirements and details shall be clearly identified in the submittal. Primary elements shall derive any required power from the transmitter, unless otherwise indicated. The instruments shall be installed to measure, monitor, or display the specified process at the ranges and service conditions specified. Where possible, each instrument shall be factory calibrated to the calibration ranges as determined by the CONTRACTOR. Transmitters or similar measurement instruments shall be calibrated using National Institute of Standards and Technology (NIST) approved bench calibration procedures, when such procedures exist for the instrument type. For "smart" devices, calibration data shall be stored digitally in each device, including the instrument tag (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -15- (Chlorine Dioxide Procurement Package) (161704 ) designation. Instructions for calibration and accuracy ranges shall be included in the submittal. Tag numbers shall be by CONTRACTOR and instrument span shall be included in submittal. All functions shall include indication and transmitter unless otherwise indicated. 2-7.03.02. General. The following paragraphs provide more details for the minimum device requirements. 2-7.03.02.01 Interconnecting Cable. For instruments where the primary element and transmitter are physically separated, interconnecting cable from the element to the transmitter shall be provided. The cable shall be the type approved by the instrument manufacturer for the intended purpose of interfacing the element to the transmitter. Length of cable shall be a minimum of three meters. 2-7.03.02.02. Programming Device. For instruments that require a dedicated programming device for calibration, maintenance, or troubleshooting, one such programming device shall be provided. The programming device shall include appropriate operation manuals and shall be included in the training requirements. For systems that allow the programming device functions to be implemented in software, running on a laptop computer, the software shall be provided instead of the programming device. 2-7.03.02.03. Configuration Software/Serial Interface. Devices indicated as requiring a serial interface shall be provided with all accessories required to properly communicate over the serial link. As a minimum, an appropriate cable shall be provided to allow the transmitter serial interface to be connected to a personal computer. One licensed copy of the diagnostic/interface software shall be provided. Software shall be capable of running under Microsoft's Windows XP operating systems. If the software furnished performs the same functions as the programming device, specified elsewhere, then the programming device shall not be furnished. 2-7.03.03. Magnetic Flowmeters, Signal Converters, and Accessories. 2-7.03.03.01. Magnetic Flowmeter. The magnetic flowmeter shall be a completely obstructionless, in -line flowmeter with no constrictions in the flow of fluid through the meter. The meter shall consist of a metallic tube with flanged ends and with grounding rings. Flange diameter and bolt drilling pattern shall comply with ANSI/ASME 1316.5, Class 150. Meters shall be suitable for the maximum range of working pressures of the adjacent piping. Electrode and liner materials shall be fully compatible with the process fluid. Each meter shall be factory calibrated, at a facility, which is traceable to NIST or other standard acceptable to ENGINEER, and a copy of the calibration, report shall be (City of Lubbock, Texas } 11729 (South WTP } -16- (Chlorine Dioxide Procurement Package) (161704 } July 29, 2011 submitted as part of the operation and maintenance manual submittal. The 3 meter shall be capable of standing empty for extended periods of time without damage to any components. 2-7.03.03.02. Magnetic Flowmeter Signal Converters. Separately mounted, microprocessor -based signal converters shall be provided for the magnetic flowmeters. The signal converters shall include output damping, self -testing, built-in calibration capability, and an "empty pipe zero" contact input. The overall accuracy of the magnetic flowmeter transmitter and signal converter shall be t0.5 percent of actual flow rate for full-scale settings of 3 to 30 fps. The meter manufacturer shall furnish the signal cable between the converter and the magnetic flowmeter. The signal converter shall be housed in a corrosion - resistant, weatherproof NEMA Type 4X housing and shall be suitable for operation over an ambient temperature range of -30 to +140°F, and relative humidity of 10 to 100 percent. The converter shall have an analog output of 4-20 mA dc. Magnetic flowmeter systems shall provide zero flow stability by means of automatic zero adjustment of a DC excited metering circuit. Converters shall be capable of bi-directional flow measurement. Signal converters shall be of the same brand as the magnetic flowmeters. When required, the signal converter shall be of the "smart" type that can be diagnosed and recalibrated with the use of a hand-held communicator/calibrator device. One device shall be furnished for all converters provided by a single manufacturer. 2-7.03.04. Pressure Gauges. Pressure gauges shall be of the indicating dial type, with C-type phosphor bronze Bourdon tube; stainless steel rotary geared movement; phenolic or polypropylene open front turret case; adjustable pointer; stainless steel, phenolic, or polypropylene ring; and acrylic plastic or shatterproof glass window. Gauge dial shall be 4-1/2 inch size, with white background and black markings. The units of measurement shall be indicated on the dial face. Subdivisions of the scale shall conform to the requirements of the governing standard. Pointer travel shall be not less than 200 degrees or more than 270 degrees of arc. Panel -mounted and surface -mounted gauges shall be provided with 1/4 inch NPT connections. All stem -mounted gauges shall be provided with 1/2 inch NPT connections. All pressure gauges shall measure in psi and all vacuum gauges in inches water. All gauges shall have a suitable range to give mid -scale readings under normal conditions. Gauge accuracy shall be 0.5 percent of scale range. (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -17- (Chlorine Dioxide Procurement Package) ii� (161704 ) Each gauge shall be provided with a threaded end, ball -type gauge valve. Gauge valve materials shall be compatible with the measured process. Where the process is not defined, gauge valves shall have AISI Type 316 stainless steel wetted parts and Teflon seals. Multi -port gauge valves shall have all unused ports plugged. A diaphragm seal shall be provided for the respective gauge. Diaphragm seals shall be thread -attached type with removable diaphragm. Materials shall be suitable for the associated process. The upper housing shall be contoured to fit and provide a seat and seal for the diaphragm and shall be designed to permit removal of the gauge with the system under pressure. The lower housing shall be provided with a tapped and plugged 1/4 inch NPT flushing connection. Each diaphragm seal and the gauge served shall be factory assembled, filled with a suitable fluid, and calibrated as a unit. Gauges shall be installed at the locations required for proper operation. All gauges and diaphragm seals shall be installed in the vertical, upright position. Thread sealer, suitable for use with the associated process, shall be used in the assembly of threaded connections. All connections shall be free from leaks. Lines shall be purged of trapped air at gauge locations prior to installation of the gauge or diaphragm seal. Each gauge shall be provided with all required mounting hardware to securely mount the unit according to the mounting requirements. Unless otherwise indicated or otherwise required, mounting and installation hardware shall be Type 316L stainless steel. 2-7.03.05. Pressure Switches. Pressure switches shall be diaphragm actuated j type switches. Switches shall be field adjustable type, with trip point repeatability better than 1 percent of actual pressure. Switches shall have over -range protection to maximum process line pressure. Switches mounted inside panels shall have NEMA Type 4 housings. All other switches shall have weatherproof housings. Switch wetted parts shall be compatible with the process fluid. Where the process is not defined, the switch shall be provided with a Teflon coated diaphragm, viton seals, and a stainless steel connection port. �r Panel -mounted and surface -mounted switches shall be provided with 1/4 inch ti NPT connections. All stem -mounted switches shall be provided with 1 /2 inch L NPT connections. All pressure switches shall be ranged in psi and all vacuum switches in inches of water. Unless otherwise indicated, switches shall have a fixed deadband and shall be auto -reset type. As a minimum switches shall be SPDT, rated 10 amp (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -18- (Chlorine Dioxide Procurement Package) (161704 ) r i 1__J at 120VAC. Unless otherwise indicated, each switch shall be provided with a threaded end, ball -type shutoff valve. Shutoff valve materials shall be compatible with the process fluid. Where the process is not specified, valves shall have AISI Type 316 stainless steel wetted parts and Teflon seals. Multi -port valves shall have all unused ports plugged. A diaphragm seal shall be provided for the respective switch. Diaphragm seals shall be thread -attached type with removable diaphragm. Materials shall be suitable for the associated process. The upper housing shall be contoured to fit and provide a seat and seal for the diaphragm and shall be designed to permit removal of the switch with the system under pressure. The lower housing shall be provided with a tapped and plugged 1/4 inch NPT flushing connection. Each diaphragm seal and the switch served shall be factory assembled, filled with a suitable fluid, and calibrated as a unit. All switches, and diaphragm seals shall be installed in the vertical, upright position. Thread sealer, suitable for use with the associated process, shall be used in the assembly of threaded connections. All connections shall be free from leaks. Lines shall be purged of trapped air at switch locations prior to installation of the switch or diaphragm seal. 2-7.03.06. Chlorine Dioxide Analyzers. Chlorine dioxide analyzers shall be and inline, dual channel absorption sensor that measures color changes to determine chlorine dioxide concentration. The analyzer shall have a selectable wavelength between 385 to 1000 nm and have two hermetically sealed silicon photodiodes. The optical window shall be crystal sapphire capable of resist abrasion and corrosive media. The analyzer shall have NIST-traceable validation. The sensor body material shall be suitable for the associated process and rated for an operation over an ambient temperature range of 32 to +104°F. The light source shall be an incandescent tungsten lamp rated for 5.0 Vdc. Analyzer shall have a resolution of +- 0.05% and repeatability of +- 0.05%. 2-7.04. Programmable Logic Controllers. Programmable Logic Controllers shall be manufactured by Siemens. The CONTRACTOR shall be responsible for establishing communications between the chlorine dioxide generator unit PLC, the unit OIT, and the overall Plant Control System. The CONTRACTOR shall also supply any needed communication gateways or adapters, and all cabling, terminations, taps, and connectors needed for a fully operational system. All PLC's shall be provided with communication interface cards as required to allow the PLCs to communicate to the Ethernet switch. 2-7.04.01. Coordination with Plant Control System (PCS) Network. Network (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -19- (Chlorine Dioxide Procurement Package) (161704 ) hardware and software provided shall be compatible with the PCS network systems wherever a system interconnection is provided. The CONTRACTOR shall coordinate with systems provided by the CONSTRUCTION CONTRACTOR to ensure compatibility. All connections to the PCS network shall be fully coordinated between the Owner, the CONSTRUCTION CONTRACTOR and the CONTRACTOR. Prior to connecting to the network, the CONTRACTOR shall provide a written request to the Owner for an Owner's representative to be available when existing systems are disconnected and at the time of any new connections. The CONTRACTOR shall be responsible to fully configure and program the PLC's to perform all control and interlock functions and to communicate status and alarms signals to the Plant Control System over the Ethernet network per the project standards. The CONTRACTOR shall provide memory maps of the chlorine dioxide generation unit PLCs to the Plant System Supplier to assist in data access. All data to be accessed by the Plant Control System shall be stored in contiguous memory locations within the PLC for more efficient plant control system access. All PCS HMI interface data shall be passed between the chlorine dioxide generation unit PLCs and the PCS HMI servers. The CONTRACTOR shall be responsible for understanding and complying with all OWNER standards. Any changes required by the CONTRACTOR to integrate the CONTRACTOR's system with the OWNER's control system that are caused directly from non- compliance of the OWNER's standards shall be performed at no additional cost to the OWNER. 2-7.05. Network Systems. The CONTRACTOR shall furnish all hardware and software for the network systems for the chlorine dioxide generation unit Computer Control System. The CONTRACTOR shall furnish all necessary equipment, interconnecting cables, accessories, and appurtenances"for proper network operation. Special power supplies, special cable, special grounding, and isolation devices shall be furnished for proper performance of the equipment. 2-7.05.01. Industrial (Panel -Mounted) Ethernet Switches. Each switch mounted in process areas shall include the following functionality: a. Ports: Switch shall support the quantity of 10/100BaseTX ports and 1013aseFL/100BaseFX fiber ports to meet the functionality indicated on the drawings, with a minimum of 20% spare auto -negotiating 10/10013ase-T, RJ-45 ports, and two multimode fiber uplink ports. A minimum of four UTP ports shall be provided. (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP } -20- (Chlorine Dioxide Procurement Package) (161704 ) b. Each switch connection shall automatically sense the network speed of the devices to which it is connected. C. Path Redundancy: IEEE 802.1w Rapid Spanning Tree Protocol. d. Prioritization: IEEE 802.1p QoS Support. e. Network Segregation: Port VLAN. f. Management: SNMPv3 and Browser -based management shall be supported. g. LED indication of the link activity for each port. h. Environmental: Suitable for installation in industrial environments. Operating Temperature Range: -40 to 60C. i. Conformal coating option for use in hazardous environments. j. Mounting: DIN -rail mounted suitable for panel installation. k. All necessary memory upgrades, software feature sets, and cables needed for proper operation of these switches shall be furnished with each switch. Switches shall be GarretCom Magnum 6K Series, SIXNET EtherTRAK Series, or equal. 2-7.05.02. Ethernet Connectors. Ethernet wiring connectors shall be RJ-45 male modular plug connectors. 2-7.05.02.01. Standard RJ45 Connectors. Standard connectors shall be polycarbonate, clear connectors. Connectors shall conform to RJ-45 and ISO 8877 standards. Contacts shall be gold plated with a 0.5A current rating and a - 25° to 600 C temperature rating. Connectors shall accept unshielded Cat-5e or Cat-6, AWG 24, solid conductor cable. 2-7.05.03. Category 6 UTP Cable. Cat-6 cable shall meet the following requirements a. 24 AWG b. 4 pair solid strand FEP Teflon insulation C. 100 Ohm impedance d. 1-250 MHz frequency range e. Min attenuation 19.9 Db f. 100 Ohm impedance g. Min NEXT 44.3dB/100MHz (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -21- (Chlorine Dioxide Procurement Package) --a (161704 ) h. Min PS -NEXT 42.3dB/100MHz i. Min ELFEXT 27.8dB/100MHz j. -Min PS-ELFEXT 24.8dB/100MHz k. Min return loss 20.1 dB/100 MHz I. Max delay skew 45 ns m. Max propagation delay 540 ns Plenum rated cable shall have FEP insulation jacketing and FEP insulation for conductors. Non plenum rated cable shall have PVC insulation jacketing and polyethylene insulation for conductors. Cat-6 cable shall be Belden 1872 or equal. 2-7.05.04. Ethernet Patch Cables. Pre -wired and terminated patch cables with RJ-45 connectors and lever protecting boot shall be furnished for all connections to computers, network equipment, and controller equipment except where physical conditions (i.e. length over 12 ft. or conduit size) require unterminated wire to be installed. Patch cables shall be Cat 5e for networks speeds up to 100 MHz, and Cat-6 for networks speeds greater than 100 MHz and shall meet the requirements of Cat-5e and Cat-6 cable specified in this section. Straight through cables shall be wired using the T568-B standard for both connectors as shown in section 3-1.01. Crossover cables shall be wired using the T568-A standard for one connector and the T568-B standard for the opposite end. 2-7.05.05. PLC Communications Media. The CONTRACTOR shall provide all necessary cabling for the PLC communications network and PLC remote 1/0 communications network. Communications cables shall meet the requirements of the manufacturers of the PLCs and communications modules. 2-7.06. Operator Interface. Each unit shall have an operator interface display device to provide graphic screens that shall be used by the operators to access all functions and setpoints necessary for comprehensive control. The j CONTRACTOR shall be responsible for developing and configuring the custom, graphic displays. Each piece of major process equipment that is monitored and controlled by the control system shall be displayed on the graphic screens. Graphic screens shall be representations of the equipment and piping. The IJ screens must accurately show all devices and equipment that is part of the control loops. The CONTRACTOR shall use the configuration standards and conventions as indicated herein to be used to describe and define such items as proposed graphic display process line colors/representations; color standards for "on", "off', `opened", "closed", and "alarm" conditions; alarm handling , conventions; how items will be selected for control; methods for navigation between displays; address usage/naming conventions; and security setup. (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -22- (Chlorine Dioxide Procurement Package) " (161704 ) i The CONTRACTOR shall submit proposed displays to the ENGINEER and OWNER for approval. Additionally, after approval, the CONTRACTOR shall provide a representative example of each control system drawing or graphic screen captures for the overall system, each sub -system and function control blocks. The operator interface device shall be microprocessor -based flat panel type. The unit shall have data entry capabilities and shall include a password security function. The unit shall be connected to the PLC and shall display status, alarm, and diagnostic information. The unit shall provide a nominal diagonal display area dimension of 6-inches, with a minimum resolution of 800x600. The operator interface unit shall be provided with an Ethernet port for communications, and one serial RS-232 or RS-485 port for programming. The OIT shall be rated NEMA 4X, suitable for panel face. The OIT shall be available in English and metric units. The OIT shall be provided with a clear protective cover. The text shall be displayed in English. Terminals shall be powered from 120 V ac, 60 Hz, single phase. Terminals shall be suitable for ambient temperatures of +32 to +130OF and a relative humidity of 5 to 95 percent. The CONTRACTOR shall be responsible for providing the communication interface between the unit PLCs and the OITs. The OITs shall be located on each unit control panel. 2-7.07. Programming. The CONTRACTOR shall be responsible for all programming for the unit PLCs, database creations, and generation of all graphic display screens, and alarm configurations for the operator interface stations (OIT's). The CONTRACTOR shall be responsible for all PLC 1/0 configuration, scaling, and data exchange between the unit PLCs and the Plant Control System. The CONTRACTOR shall provide to the OWNER one electronic and one hard copy of all PLC, and OIT programming. The graphic display screens for the chlorine dioxide feed system OITs shall match the configuration of the overall plant system control stations, by others, with respect to color usage conventions and general formatting and screen navigation. The CONTRACTOR's configuration engineer shall cordinate with the System Supplier (responsible for performing I&C/SCADA work outside the CONTRACTOR scope) to discuss design requirements for the chlorine dioxide generation unit screen configuration. Design of all graphic display screens shall be acceptable to the OWNER and ENGINEER. The graphic display screens will also be duplicated on the plant control system, with programming provided by others. It is the intent of the controls to be able to monitor and control the system remotely from the OWNER's SCADA system. (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -23- (Chlorine Dioxide Procurement Package) -- (161704 ) All chlorine dioxide feed system data that is accessed by the PCS shall be gathered directly from the PLC. The CONTRACTOR shall be responsible for any additional changes required by not meeting these standards. 2-8. SHOP PAINTING. All ferrous metal surfaces of equipment, valves, piping, and accessories shall be shop cleaned by blasting in accordance with the coating manufacturer's recommendations and painted with an epoxy coating system. The coating shall have a dry film thickness of at least 20 mils and shall consist of a prime (first) coat and one or more finish coats. At least one gallon of each color and type of finish paint shall be provided for field touchup. 2-9. SHOP TESTS. Prior to shipment, each chlorine dioxide generator shall be operated to check for leaks, faulty equipment and controls, and proper wiring. Defective equipment and controls disclosed by such tests shall be replaced and the equipment package placed in satisfactory operating condition prior to shipping. The CONTRACTOR shall submit a report to the ENGINEER certifying the integrity of each unit prior to shipment. 2-10. TRAINING REQUIREMENTS. Refer to Section 01660. PART 3 - EXECUTION 3-1. INSTALLATION. All components of the Chlorine Dioxide Feed system shall be installed by the CONTRACTOR in full conformity with drawings, specifications, engineering data, instructions, and recommendations furnished by the equipment manufacturer unless exceptions are noted by ENGINEER. 3-1.01. Coordination. Installation and startup of the chlorine dioxide feed system shall be coordinated with the CONSTRUCTION CONTRACTOR by the CONTRACTOR. 3-1.02. Field Service Engineers. Equipment shall not be installed or operated except by, or with the guidance of, qualified personnel having the knowledge and experience necessary to obtain proper results. Such personnel shall be field representatives of the CONTRACTOR. Refer to the startup requirements specification for additional field service requirements. 3-2. FIELD INSPECTIONS AND TESTS. 3-2.01. Manufacturer's Installation Check. After installation, the manufacturer's field services representative shall inspect and approve the installation as (City of Lubbock, Texas ) 11729 (South WTP ) -24- (Chlorine Dioxide Procurement Package) (161704 ) July 29, 2011 specified in Section 01620. 3-2.02. Pre -Startup Test and Checks. Perform pre -startup tests and checks in accordance with the requirements specified in Section 01650, "Startup and Testing Requirements." Testing shall not begin until installation checks by the equipment manufacturers have been completed. 3-2.03. Startup and Testing. Startup and testing requirements shall be as specified in Section 01650. Startup tests will be performed by the CONTRACTOR and coordinated with the CONSTRUCTION CONTRACTOR to determine that all features and equipment systems and subsystems have been properly designed, manufactured, installed and adjusted, function properly as specified and are capable of operating simultaneously and continuously in the local and remote control modes at all capacities throughout their operating range. 3-3. LONG-TERM OPERATION AND MAINTENANCE SERVICES. 3-3.01. Performance Support and Operations Assistance. The CONTRACTOR shall provide long-term performance support and operations assistance to the OWNER for the period indicated in CONTRACTOR's Proposal. The period shall commence on the date when final completion is established by 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 generally should not exceed 48 hours after a request is made. CONTRACTOR shall conduct three 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. The dates of the monthly onsite visits and unscheduled service calls shall be set by the OWNER, after mutual agreement with the CONTRACTOR. When an unscheduled service call is requested, the CONTRACTOR shall make every reasonable effort to respond to OWNER's request for assistance by phone within twenty-four (24) hours of receiving the call. If the issue cannot be resolved over the phone, then the CONTRACTOR shall provide a representative to the site within 48 hours of the request. (City. of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -25- (Chlorine Dioxide Procurement Package) (161704 ) 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 like activities. Following each visit, the representative shall submit a report documenting activities and findings to the OWNER. The CONTRACTOR shall make every attempt to send the same representative for each of the site visits to maintain continuity of service. 3-3.02. Maintenance Services. In addition to the performance support and operations assistance specified, the CONTRACTOR shall provide system maintenance to the OWNER for the period indicated in CONTRACTOR's Proposal. The period shall commence on the date when final completion is established by OWNER's REPRESENTATIVE. The system maintenance shall include all maintenance required, including furnishing all parts, on equipment furnished and installed by the CONTRACTOR. Repairs and replacements shall be conducted solely by the CONTRACTOR's staff, although the OWNER may be present during the activities for observation and training purposes. CONTRACTOR may use spare parts originally provided by CONTRACTOR for use in repair of the equipment, but spare parts used shall be replaced within 60 days. End of Section (City of Lubbock, Texas ) 11729 July 29, 2011 (South WTP ) -26- (Chlorine Dioxide Procurement Package) (161704 } Section 16050 ELECTRICAL PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of all equipment and materials needed for the electrical requirements of this contract. 1-2. GENERAL. Electrical apparatus on all equipment shall be installed complete and placed in readiness for proper operation. Electrical materials furnished and installed under this section 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, unless exceptions are noted by ENGINEER. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment provided under this section. if requirements in this specification differ from those in the General Equipment Stipulations, the requirements specified herein shall take precedence 1-2.02. Coordination. Electrical work shall conform to the construction schedule and the progress of other trades. 1-2.03. Anchor Bolts and Expansion Anchors. All anchor bolts, nuts, washers, and expansion anchors shall comply with section 05550, Anchorage in Concrete and Masonry, except smaller than 3/4 inch (19 mm] will be permitted to match NEMA standard size bolt holes on motors and electrical equipment. 1-3. CODES AND PERMITS. All work shall be performed and materials shall be furnished in accordance with the NEC - National Electrical Code, the NESC - National Electrical Safety Code, and the following standards where applicable: ANSI American National Standards Institute. ASTM American Society for Testing and Materials. AWG American Wire Gauge. Fed Spec Federal Specification. ICEA Insulated Cable Engineers Association. IEEE Institute of Electrical and Electronics Engineers. (City of Lubbock, Texas ) (South WTP ) (Chlorine Dioxide Procurement Package) (161704 ) 16050 -1- July 29, 2011 NETS National Electrical Installation Standards NEMA National Electrical Manufacturers Association. NFPA National Fire Protection Association. UL Underwriters' Laboratories. Equipment covered by this section shall be listed by UL, or by a nationally recognized third party testing laboratory. All costs associated with obtaining the listing shall be the responsibility of CONTRACTOR. If no third -party testing laboratory provides the required listing, an independent test shall be performed at CONTRACTOR's expense. Before the test is conducted, CONTRACTOR shall submit a copy of the testing procedure to be used. 1-4. IDENTIFICATION. 1-4.01. Conduit. Conduits injunction boxes and equipment shall be provided with identification tags. Identification tags shall be 19 gage [1 mm thick] stainless steel, with 1/2 inch [13 mm] stamped letters and numbers as indicated on the drawings. Identification tags shall be attached to conduits with nylon tie wraps and shall be positioned to be readily visible. 1-4.02. Conductors. All conductors in power, control, and instrumentation circuits shall be identified and color coded as described herein. 1-4.02.01. Conductor Identification Number. Except for lighting and receptacle circuits, each individual conductor in power, control, and instrumentation circuits shall be provided with wire identification markers at the point of termination. The wire markers shall be of the heat -shrinkable tube type, with custom typed identification numbers. The wire numbers shall be as indicated on the equipment manufacturer's drawings. The wire markers shall be positioned to be readily visible for inspection. 1-4.02.02. Conductor Color Coding. Power conductors shall be color coded as indicated below. For conductors 6 AWG and smaller, the color coding shall be the insulation finish color. For sizes larger than 6 AWG, the color coding may be by marking tape. The equipment grounding conductor shall be green or green with one or more yellow stripes if the conductor is insulated. (City of Lubbock, Texas ) 16050 July 29, 2011 (South WTP ) (Chlorine Dioxide Procurement Package) -2- (161704 ) The following color coding system shall be used: 120/240V single-phase — black, red, and white 120/208V, three-phase — black, red, blue, and white 120/240V, three-phase — black, orange, blue, and white 277/480V, three-phase — brown, orange, yellow, and gray Control and instrumentation circuit conductors shall be color coded as indicated in the Cable Data Figures at the end of this section. 1-4.03. Disconnect Switches. All switches shall have front cover -mounted permanent nameplates that include switch type, manufacturer's name and catalog number, and horsepower [k" rating. An additional nameplate, engraved or etched, laminated black -over -white plastic, with 1/8 inch [3 mm] letters, shall be provided to identify the associated equipment. Both nameplates shall be securely fastened to the enclosure. 1-5. SUBMITTALS. Complete assembly, foundation, and installation drawings, together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the work performed by the CONTRACTOR, shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following: Drawings and data. Operating manuals. Samples. 1-5.01. Submittal Identification. Information covering all materials and equipment shall be submitted for review in accordance with the submittals section. Each sheet of descriptive literature submitted shall be clearly marked to identify the material or equipment as follows: a. Not used. b. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. c. Sheets or drawings covering more than the item being considered shall have all inapplicable information crossed out. d. A suitable notation shall identify equipment and materials descriptive literature not readily cross-referenced with the drawings or specifications. (City of Lubbock, Texas ) 16050 July 29, 2011 (South VVTP ) (Chlorine Dioxide Procurement Package) -3- t_-- (161704 ) e. Schematics and connection diagrams for all electrical equipment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will not be accepted, unless it is clearly marked to show the intended connections. Within 90 days after the Notice to Proceed, CONTRACTOR shall furnish a submittal for all types of cable and conduit to be provided. The submittal shall include the cable manufacturer and type, and sufficient data to indicate that the cable and conduit meet the specified requirements. In addition to the complete specifications and descriptive literature, a sample of the largest size of each type of cable shall be submitted for review before installation. Each sample shall include legible and complete surface printing of the cable identification. 1-6. PROTECTION AND STORAGE. During construction, the insulation on all electrical equipment insulation shall be protected against absorption of moisture, and metallic components shall be protected against corrosion by strip heaters, lamps,' or other suitable means. This protection shall be provided immediately upon receipt of the equipment and shall be maintained continuously. PART2-PRODUCTS 2-1. POWER SERVICE ENTRANCE. Not used. 2-2. TELEPHONE SERVICE ENTRANCE. Not used. 2-3. CABLE. All cables of each type (such as lighting cable or 600 volt power cable) shall be from the same manufacturer. All types of cable shall conform to the Cable Data Figures at the end of this section and as described herein. 2-3.01. Lighting Cable. Not used. 2-3.02. 600 Volt Power Cable. Cable in power, control, indication, and alarm circuits operating at 600 volts or less, except where lighting, multiconductor control, and instrument cables are required, shall be 600 volt (Figure 2-16050 XHHW-2) power cable. 2-3.03. Instrument Cable. Cable for electronic circuits to instrumentation, metering, and other signaling and control equipment shall be two- or three - conductor instrument cable twisted for magnetic noise rejection and protected (City of Lubbock, Texas ) 16050 July 29, 2011 (South WTP ) (Chlorine Dioxide Procurement Package) -4- (161704 } 1 from electrostatic noise by a total coverage shield. Types of instrument cables shall be (Figure 4-16050 single pair), (Figure 5-16050 single triad). 2.3.04. Multiconductor Control Cable. Not used. 2-3.05. Medium Voltage Power Cable. Not used. 2-4. CONDUIT. Conduit and raceways shall be as described in the following paragraphs: 2-4.01. Rigid Steel Conduit. Rigid steel conduit shall be heavy wall, hot -dip galvanized, shall conform to ANSI C80.1, and shall be manufactured in accordance with UL 6. 2-4.02. Intermediate Metal Conduit (IMC). Not used. 2-4.03. Liguidtight Flexible Metal Conduit. Liquidtight flexible metal conduit shall be hot -dip galvanized steel, shall be covered with a moistureproof polyvinyl chloride jacket, and shall be UL labeled. 2-4.04. Utility (PVC) Duct. Not used. 2-4.05. Rigid Nonmetallic (PVC) Conduit. PVC conduit shall be heavy wall, Schedule 40, UL labeled for aboveground and underground uses, and shall conform to NEMA TC-2 and UL 651. 2-4.06. PVC -Coated Rigid Steel Conduit. The conduit shall be rigid steel. Before the PVC coating is applied, the hot -dip galvanized surfaces shall be coated with a primer to obtain a bond between the steel substrate and the coating. The PVC coating shall be bonded to the primed outer surface of the conduit. The bond on conduit and fittings shall be stronger than the tensile strength of the PVC coating. The thickness of the PVC coating shall be at least 40 mils [1000 pm]. A chemically cured two-part urethane coating, at a nominal 2 mil [50 pm] thickness, shall be applied to the interior of all conduit and fittings. The coating shall be sufficiently flexible to permit field bending the conduit without cracking or flaking of the coating. Every female conduit opening shall have a PVC sleeve extending one conduit diameter or 2 inches [50 mm], whichever is less, beyond the opening. The inside diameter of the sleeve shall be the same as the outside diameter of the conduit before coating. The wall thickness of the sleeve shall be at least 40 mils [1000 pm]. (City of Lubbock, Texas ) 16050 July 29, 2011 (South WTP ) (Chlorine Dioxide Procurement Package) -5- 4- (161704 ) All fittings, condulets, mounting hardware, and accessories shall be PVC -coated. All hollow conduit fittings shall be coated with the interior urethane coating described above. The screw heads on condulets shall be encapsulated by the manufacturer with a corrosion -resistant material. PVC coated rigid steel conduit shall be manufactured by Ocal, Perma-Cote, or Robroy. 2-4.07. Electrical Metallic Tubing (EMT). Not used. 2-4.08. Rigid Aluminum Conduit (RAC). Not used. 2-5. WIRING DEVICES BOXES AND FITTINGS. Concealed conduit systems shall have flush -mounted switches and convenience outlets. Exposed conduit systems shall have surface -mounted switches and convenience outlets. 2-5.01. Conduit Boxes and Fittings. a. Galvanized or cadmium plated, threaded, malleable iron boxes and fittings shall be manufactured by Crouse -Hinds, Appleton, or O Z Gedney. b. Rigid PVC device boxes and fittings shall be manufactured by Carlon or Cantex. c. Sheet steel device boxes shall be manufactured by Appleton, Raco, or Steel City. d. PVC coated device boxes shall be manufactured by Ocal, Perma-Cote, or Robroy Industries. e. Hub arrangements on threaded fittings shall be the most appropriate for Ul the conduit arrangement to avoid unnecessary bends and fittings. 2-6. JUNCTION BOXES. PULL BOXES, AND WIRING GUTTERS. Indoor boxes (larger than switch, receptacle, or fixture type) and gutters shall be constructed of sheet steel, shall be galvanized after fabrication, and shall be rigidly supported by hot -dip galvanized hardware and framing materials, including nuts and bolts. Indoor boxes and gutters in corrosive areas indicated on the drawings and outdoor boxes and gutters shall be NEMA Type 4X, ABS or stainless steel and shall be rigidly supported by PVC -coated or stainless steel framing materials. Mounting hardware, which includes nuts, bolts, and anchors, shall be stainless steel. All damaged coatings shall be repaired according to the manufacturer's instructions. (City of Lubbock, Texas ) 16050 July 29, 2011 (South WTP ) (Chlorine Dioxide Procurement Package) -6- ] (161704 ) i-t Bolt -on junction box covers 3 feet [900 mm] square or larger, or heavier than 25 Ibs [11 kg], shall have rigid handles. Covers larger than 3 by 4 feet [900 by 1200 mm] shall be split. Boxes shall be sized in accordance with the National Electrical Code, including space for full size continuations of all underground conduits not originally continued. Conduit arrangement shall leave maximum space for future conduits. 2-7. LIGHTING FIXTURES. Not used. 2-8. LIGHTING PANELS. Not used. 2-9. POWER PANELS. Not used 2-10. DISCONNECT SWITCHES. Unless otherwise specified, each disconnect switch shall be 3 pole, nonfusible, 600 volts, with a continuous current rating as required by the application. Switches located indoors shall have NEMA type enclosure designations as required by the locations where they will be installed. Switches located outdoors shall have NEMA Type 4X enclosures. Switches in chlorine rooms, or in other areas where contact with caustic substances may occur, shall have NEMA Type 4X enclosures of molded reinforced polyester. Switches shall have high conductivity copper, visible blades; nonteasible, positive, quick -make, quick -break mechanisms; and switch assembly plus operating handle as an integral part of the enclosure base. Each switch shall have a handle whose position is easily recognizable and which can be locked in the "Off' position with three padlocks. The "On" and "Off' positions shall be clearly marked. All switches shall be UL listed and horsepower [kilowatt] rated, and shall meet the latest edition of NEMA KS1. Switches shall have defeatable door interlocks that prevent the door from being opened while the operating handle is in the "On" position. PART 3 - EXECUTION 3-1. INSTALLATION TESTING AND COMMISSIONING. All material, equipment, and components specified herein shall be installed, tested, and commissioned for operation in compliance with NECA 1000 -- NEIS Specification System. Where required in NECA 1000, testing and commissioning procedures shall be followed prior to energizing equipment. (City of Lubbock, Texas } 16050 July 29, 2011 (South WTP ) (Chlorine Dioxide Procurement Package) -7- _ _: (161704 ) 3-2. CABLE INSTALLATION. 3-2.01. General. Except as otherwise specified or indicated on the drawings, cable shall be installed according to the following procedures, taking care to protect the cable and to avoid kinking the conductors, cutting or puncturing the jacket, contamination by oil or grease, or any other damage. a. Stranded conductor cable shall be terminated by lugs or pressure type connectors. Wrapping stranded cables around screw type terminals is not acceptable. b. Stranded conductor cable shall be spliced by crimp type connectors. Twist -on wire connectors may be used for splicing solid cable and for terminations at lighting fixtures. c. Splices may be made only at readily accessible locations. d. Cable terminations and splices shall be made as recommended by the cable manufacturer for the particular cable and service conditions. Materials shall be by 3M Company, Plymouth/Bishop, or Raychem Electric Power Products. e. Cable shall not be pulled tight against bushings nor pressed heavily against enclosures. f. Cable -pulling lubricant shall be compatible with all cable jackets; shall not contain wax, grease, or silicone; and shall be Polywater "Type X. g. Spare cable ends shall be taped, coiled, and identified. h. Cables shall not be bent to a radius less than the minimum recommended by the manufacturer. i. All cables in one conduit, over 1 foot [305 mm] long, or with any bends, shall be pulled in or out simultaneously. 3-3. CONDUIT INSTALLATION. CONTRACTOR shall be responsible for routing all conduits. Conduits shall be routed as defined in these specifications. Except as otherwise specified conduit installation and identification shall be completed according to the following procedures. 3-3.01. Installation of Interior and Exposed Exterior Conduit. This section covers the installation of conduit inside structures, above and below grade, and in exposed outdoor locations. In general, conduit inside structures shall be concealed. Large conduit and conduit stubs may be exposed unless otherwise specified or indicated on the drawings. No conduit shall be exposed in water chambers unless so indicated on the drawings. (City of Lubbock, Texas ) (South WTP ) (Chlorine Dioxide Procurement Package) (161704 } 16050 IE-11 July 29, 2011 r_ i Unless otherwise indicated on the drawings, CONTRACTOR shall be responsible for routing the conduit to meet the following installation requirements: a. Conduit installed in all exposed indoor locations, except corrosive areas indicated on the drawings, and in floor slabs, walls, and ceilings of hazardous (classified) locations, shall be rigid steel. Exposed conduit shall be rigidly supported by hot -dip galvanized hardware and framing materials, including nuts and bolts. b. Conduit installed in floor slabs and walls in non -hazardous locations shall be rigid Schedule 40 PVC. C. Conduit installed in all exposed outdoor locations and in door corrosive areas shall be PVC -coated rigid steel, rigidly supported by PVC -coated framing materials. Mounting hardware, which includes nuts, bolts, and anchors, shall be stainless steel. All damaged coatings shall be repaired according to the manufacturer's instructions. d. Final connections to dry type transformers, to motors without flexible cords, and to other equipment with rotating or moving parts shall be liquidtight flexible metal conduit with watertight connectors installed without sharp bends and in the minimum lengths required for the application, but not longer than 6 feet [1.8 m] unless otherwise acceptable to ENGINEER. e. Terminations and connections of rigid steel shall be taper threaded. Conduits shall be reamed free of burrs and shall be terminated with conduit bushings. f. Exposed conduit shall be installed either parallel or perpendicular to structural members and surfaces. g. Two or more conduits in the same general routing shall be parallel, with symmetrical bends. h. Conduits shall be at least 6 inches [150 mm] from high temperature piping, ducts, and flues. i. Rigid Schedule 40 PVC conduit shall have supports and provisions for expansion as required by NEC Article 352. j. Metallic conduit connections to sheet metal enclosures shall be securely fastened by locknuts inside and outside. k. Rigid Schedule 40 PVC conduit shall be secured to sheet metal device boxes using a male terminal adapter with a locknut inside or by using a a box adapter inserted through the knockout and cemented into a coupling. I. Conduits in walls or slabs, which have reinforcement in both faces, shall be installed between the reinforcing steel. In slabs with only a single layer of reinforcing steel, conduits shall be placed under the reinforcement. Conduits larger than 1/3 of the slab thickness shall be concrete encased (City of Lubbock, Texas ) 16050 Jury 29, 2011 (South WTP ) (Chlorine Dioxide Procurement Package) -9- --_ (161704 ) under the slab. m. Conduits that cross structural joints where structural movement is allowed shall be fitted with concretetight and watertight expansion/deflection couplings, suitable for use with metallic conduits and rigid Schedule 40 PVC conduits. The couplings shall be Appleton Type DF, Crouse -Hinds Type XD, or O-Z Type DX. n. Conduit shall be clear of structural openings and indicated future openings. o. Conduits through roofs or metal walls shall be flashed and sealed watertight. p. Conduit installed through any openings cut into non -fire rated concrete or masonry structure elements shall be neatly grouted. Conduit penetrations of fire rated structure elements shall be sealed in a manner that maintains the fire rating . q. Conduits shall be capped during construction to prevent entrance of dirt, trash, and water. r. Exposed conduit stubs for future use shall be terminated with galvanized pipe caps. S. Concealed conduit for future use shall be terminated in equipment or fitted with couplings plugged flush with structural surfaces. t. Horizontal conduit shall be installed to allow at least 7 feet [2.1 m] of headroom, except along structures, piping, and equipment or in other areas where headroom cannot be maintained. U. Conduit shall not be routed across the surface of a floor, roof, or walkway unless approved by ENGINEER. V. PVC -coated rigid steel conduit shall be threaded and installed as recommended by the conduit manufacturer's installation procedure using F appropriate tools. w. All conduits that enter enclosures shall be terminated with acceptable fittings that will not affect the NEMA rating of the enclosure. X. Nonmetallic conduit, which turns out of concrete slabs or walls, shall be connected to a 90 degree elbow of PVC -coated rigid steel conduit before it FA emerges. y. Power conductors to and from adjustable frequency drives shall be installed in steel conduit. �3 U (City of Lubbock, Texas ) 16050 July 29, 2011 (South WTP ) (Chlorine Dioxide Procurement Package) -10- (161704 ) (-- 3-3.02. Sealing of Conduits. After cable has been installed and connected, conduit ends shall be sealed by forcing nonhardening sealing compound into the conduits to a depth at least equal to the conduit diameter. This method shall be used for sealing all conduits at handholes, manholes, and building entrance junction boxes, and for 1 inch [25 mm] and larger conduit connections to equipment. 3-4. WIRING DEVICES BOXES AND FITTINGS INSTALLATION. Metallic and nonmetallic conduit boxes and fittings shall be installed in the following locations: 3-4.01. Conduit Boxes and Fittings. a. Galvanized or cadmium plated, threaded, malleable iron boxes and fittings shall be installed in concrete walls, ceilings, and floors; in the outdoor faces of masonry walls; and in all locations where weatherproof device covers are required. These boxes and fittings shall also be installed in exposed rigid steel and intermediate metal conduit systems. b. Galvanized or cadmium plated sheet steel boxes shall be installed in the indoor faces of masonry walls, in interior partition walls, and in joist supported ceilings. C. Rigid PVC device boxes shall be installed in exposed nonmetallic conduit systems. d. PVC coated boxes and fittings shall be installed in PVC coated conduit systems. 3-5. EQUIPMENT INSTALLATION. The following procedures shall be used in performing electrical work. 3-5.01. Setting of Equipment. All equipment, boxes, and gutters shall be installed level and plumb. Boxes, equipment enclosures, metal raceways, and similar items mounted on water- or earth -bearing walls shall be separated from the wall by at least 1 /4 inch [6 mm] thick corrosion -resistant spacers. Where boxes, enclosures, and raceways are installed at locations where walls are not suitable or available for mounting, concrete equipment pads, framing material, and associated hardware shall be provided. 3-6. GROUNDING. 3-6.01. General. The electrical system and equipment shall be grounded in compliance with the National Electrical Code. End of Section (City of Lubbock, Texas ) 16050 July 29, 2011 (South WTP } (Chlorine Dioxide Procurement Package) -11- (161704 ) STANDARD SPECIFICATIONS REFERENCE: ICEA S-95-658 (NEMA WC 70). CONDUCTOR: Concentric -lay, uncoated copper; strand Class B. Wet/dry maximum operating temperature 90°C. INSULATION: Cross -linked thermosetting polyethylene, ICEA S-95-658, Paragraph 3.6. SHIELD: None. JACKET: None. FACTORY TESTS: Cable shall meet the requirements of ICEA S-95-658. Cable Details Size Number of Strands Conductor Insulation Thickness' Maximum Outside Diameter AWG or kcmil mm' in. pm in. mm 14 2.5 7 0.030 760 0.17 4.32 12 4.0 7 0.030 760 0.19 4.83 10 6.0 7 0.030 760 0.21 5.33 8 10.0 7 0.045 1140 0.27 6.86 6 16.0 7 0.045 1140 0.31 7.87 4 25.0 7 0.045 1140 0.36 9.14 2 35.0 7 0.045 1140 0.42 10.67 1 40.0 19 0.065 1400 0.48 12.19 1 /0 50.0 19 0.055 1400 0.52 13.21 2/0 70.0 19 0.055 1400 0.57 14.48 4/0 95.0 19 0.055 1400 0.68 17.27 250 120.0 37 0.065 1650 0.75 19.05 350 185.0 37 0.065 1650 0.85 21.59 500 300.0 37 0.065 1650 0.98 24.89 750 400.0 61 0.080 2030 1.22 31.00 1,000 500.0 61 0.080 2030 1.37 34.80 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 90 percent of the values indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, XLP, XHHW-2, conductor size, and voltage class. 600 Volt, Single Conductor Lighting/Power Cable (600-1-XLP-N0NE-XHHW-2) BLACK & VEATCH11 Cable Data Figure 2-16060 STANDARD SPECIFICATIONS REFERENCE: UL 62, UL 1277. CONDUCTOR: 16 AWG (1.5 mmz), 7-strand, concentric -lay, uncoated copper. Maximum operating temperature 90°C dry, 75°C wet. INSULATION: Polyvinyl chloride, not less than 15 mils (380 Nm) average thickness;13 mils (330 Nm) minimum thickness, UL 62, Type TFN. LAY: Twisted pair with 1-1/2 inch to 2-1/2 inch (38.10 mm - 63.5 mm) lay. SHIELD: Cable assembly, combination aluminum -polyester tape and 7-strand, 20 AWG (0.5 mm') minimum size, tinned copper drain wire, shield applied to achieve 100 percent cover over insulated conductors. JACKET: Conductor: Nylon, 4 mils (100 Nm) minimum thickness, UL 62. Cable assembly: Black, flame-retardant polyvinyl chloride, UL 1277, applied over tape -wrapped cable core. CONDUCTOR One conductor black, one conductor white. IDENTIFICATION: FACTORY TESTS: Insulated conductors shall meet the requirements of UL 62 for Type TFN. Assembly jacket shall meet the requirements of UL 1277. Cable shall meet the vertical -tray flame test requirements of UL 1277. Cable Details Assembly Jacket Maximum Thickness* Outside Diameter in. Jim in. mm Single Pair 0.045 1140 0.34 8.64 'The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the value indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, Type TC, Type TFN, conductor size, single pair, and voltage class. an 600 Volt, Single Pair, Shielded Instrument Cable (600-SINGLE-PAIR-SH-INSTR) BLACK & VEATCH Cable Data Figure 4-16050 STANDARD SPECIFICATIONS REFERENCE: UL 62, UL 1277. CONDUCTOR: 16 AWG (1.5 mmx), 7-strand, concentric -lay, uncoated copper. Maximum operating temperature 90*C dry, 75`C wet. INSULATION: Polyvinyl chloride, not less than 15 mils (380 pm) average thickness; 13 mils (330 pm) minimum thickness, UL 62, Type TFN. LAY: Twisted triad with 1-1/2 inch to 2-1/2 inch (38.10 mm - 63.5 mm) lay. SHIELD: Cable assembly, combination aluminum -polyester tape and 7-strand, 20 AWG (0.5 mm) minimum size, tinned copper drain wire, shield applied to achieve 100 percent cover over insulated conductors. JACKET: Conductor: Nylon, 4 mils (100 pm) minimum thickness, UL 62. Cable assembly: Black, flame-retardant polyvinyl chloride, UL 1277, applied over tape -wrapped cable core. CONDUCTOR One conductor black, one conductor white, one conductor red. IDENTIFICATION: FACTORY TEsTs: Insulated conductors shall meet the requirements of UL 62 for Type TFN. Assembly jacket shall meet the requirements of UL 1277. Cable shall meet the vertical -tray flame test requirements of UL 1277. Cable Details Assembly Jacket Maximum Thickness* Outside Diameter in. pm in. mm Single Triad 0.045 1140 0.35 8.87 *The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the value indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturer's name, Type TC, Type TFN, conductor size, single triad, and voltage class. 600 Volt, Single Triad, Shielded Instrument Cable (600-SINGLE-TRIAD-SH-INSTR) BLACK & VEATCH11 Cable Data Figure 5-16050 �•• Section 11728 Chlorine Dioxide Generators Installation For Reference Only r tj r U1 *Page Intentionally Left Blank* Section 11728 CHLORINE DIOXIDE GENERATORS INSTALLATION PART 1 - GENERAL 1-1. SCOPE. This section covers the installation piping, electrical, and control services to two chlorine dioxide generators and associated equipment to be provided and installed by others. Equipment will be a two -chemical chlorine dioxide generation system using sulfuric acid and sodium chlorate (Purate). Chlorine dioxide generated shall be in a water solution and fed to the locations indicated on the drawings. Each generator consists of integral chemical metering pumps and flow rate controls to generate chlorine dioxide. Equipment designation. Chlorine Dioxide Generators Number of generators. 2 Equipment tag numbers. CDF-601, CDF-602 1-2. GENERAL. Piping and equipment installed under this section shall be assembled in full conformity with drawings, specifications, engineering data, i instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by Engineer. The following equipment will be provided and installed by the chlorine dioxide system supplier under a separate agreement with the Owner: • Two chlorine dioxide generators • Two booster pump skids • One demineralization unit The chlorine dioxide system supplier will install the equipment and make final connections to piping, power supplies, and control cables to be installed by Contractor, start-up the equipment and provide training to Owners personnel in operation of the equipment. The Contractor shall be responsible for installation of the piping and valves shown on the Chlorine Dioxide Feed System P&IDs to approximately within 1 foot of the equipment supplied by chlorine dioxide system supplier, installation of power supplies to junction boxes shown on the Drawings, and control and monitoring cabling in close proximity to the equipment to allow the chlorine dioxide system supplier to make final connections. Contractor will be provided with drawings showing detailed requirements of the chlorine dioxide system supplier during construction. Contractor shall coordinate piping, power, and (City of Lubbock, Texas) 11728 Appendix — Chlorine Dioxide Procurement (South WTP ) -1- (161704 ) control system location requirements with chlorine dioxide system supplier to facilitate final installation by chlorine dioxide system supplier. Contractor shall install concrete bases for installation of all chlorine dioxide equipment and assist supplier in unloading the equipment upon delivery. PART 2 - EXECUTION 2-1. INSTALLATION. Contractor shall coordinate the installation of all piping, power supplies, and controls required with the chlorine dioxide system supplier to facilitate installation of the equipment by chlorine dioxide system supplier. End of Section (City of Lubbock, Texas) 11728 Appendix — Chlorine Dioxide Procurement (South WTP } -2- (161704 ) Contract F Construction Contract Drawings For Reference Only *Page Intentionally Left Blank* I T' -x x X xrn L x jj NI-1 A" lit' X--X--X--X- xn e CITY OF LUBBOCK, TEXAS BLACK & VEATCff g SOUTH WATER TREATMENT PLANTKk & V..fth C.P-d. CIVILwunaui 0VER4LL SITE PLO & 40 q. M-0 M- *Page Intentionally Left Blank* a '... MAT HLINE lue N.•a I 'I I G ' RETENTION POND •v aY OINEAS MYTNICf E '• I ' W` fCa00 WILFr IMISIOAIXlAG a11a a1tMNALLY SFAIEa AN9 YlOYfD Or IM.NY A. JfSEtd, A� >Z LICENSED PMYESS'ICIM EMNIEER IN AE STATE OF TEXAS, P.E. AfI1dF/1 Irms W .A•IINRr I, 2010 I U.e• P AM E .YNIFLQT C S Tx` PW fN i I i A -I I I ®`oy'tEx .ASJN , I I II• I FUTURE I RECLAIMED x� - E C Q n NOTES: r—of GEIIFA YAAa PfPfI# xOTEt NlElr ® a. mlIII%IM ImAmItxATE3 of NCNxtLES .1. TM Writs $War all"Arm'ITWX SE£ IAM= PIMIa A?mt SOn" W SM£r.•Ca "I W PIM PROFILES W a C.M W C-PI FOP INv£AT £CEYAItad aF INLET Alm. 3. so awlNu WLYar MINLS SSE SNE£r .-CIO • 8•03. A. fal a"T" PIP£ VWFCN BaIECM£ SEE "a .-CN. anm OTNENJSE NOTED W a lMW MP ELEV T!W oP a Iolm PIP£ rAaNriEt AapA Y— SINLL ML. FIMN .MGE ECEYATlM aIONN W ..C10 - 4.03. NIM M a£L£GV. TNNar ECIIEµTac W NeST S1 0 !. AEfEA TO"rev PIPE NSININIIAI Saw" Fa PTPINa ALaf SINI.L K AESIMNEa, E 0715411)11 e. OT PIN NM1fKE M.WFN, see SMErs V-P, TMpLYN C-PI fl .a II li f • KEY PLAN is 1 UTURE WATER y Ba PAETNEATYENT SAY 1 I I AECLAINED IIN t ry /J1 tt• 11.YlT C w Y� b YEYRRANE 13• FN OONtx 1 I WATER BASIN E L� >a FACILITIES 3 SC' AAr µTN 3• PLANf , 1 n O W y OKt, D SJPCWTtaY ii IML . 1 I 1 l` 4' OAVN SV 1 71 5 I A p. 4 �--IIIP INP N• sEalYPMATlar 1!' MIN; :-Wlrr..r. .• sw A our It 1 1, l l i xr ; t �(���,?!�!�� �, �r-- ---- '--- 4. - f• uarLSMATTax ----= -- - � -' � �_ _= r•' 1 -, , 1, ^i � �rr�'�!I\���5 3 9 b•, Z FA ' /' ••'•--�=-` °• E'uAESlaNLs P----x ors 11 ,II i 1� illy FW �'" zRg '. �� $ ,_ �aavotA � a• allooE dl IGU. 1 1 , 1 -ltJ� i L----_____- ENLANGED PLAN I ® a• avux S , ; i 111 �� V,"___. _. ; : ; FOT PIPINA [OOOlrurf5 AIa , fAfATYENT AND ADYINTSTA U. COMPLEX \ •�ELEYATIOTS US N .•W .YNT ` 6• SwtTARY II ® xfYAYAYf ANG _ n[L M rylf FLL ___ _ _—_.(}_�_!}}�- 1 fTaL/ ; L •iZ i £ R A, SEE i AMA NfD tNLtIWIlIM FFFa MEA E. • y- N 1 TI ' i 1j1 /LM CIXIIAOG �`EyAM` \ _ 1 `p \\ .-CN� fLaM pWN SlW AW vN.K Il1lG xfx0 ICAL 1 I I 1 I i l-' "A^ y_\i 1 CYMEN SEE N B.C. OS Aw. tfNDlMa I 1 a°' `\ (, Oatl• 4eAY1lM OI.-J.xICANAW \`\ .•C3. M j IIrttUFM 1 1 I A• EYAAYNTtW , W 1 I 1 i 11 ! i III I•f1 E N 1• aKYfC4 J S^:\\\ 1 / r O•@YTACfarxE TAEAaIaµlx \�♦ Jtl• tNK , 1 L______ NlC \ Sl M I, 1.1 LEMT 1 tl• OµlM "J(. 1 S• dlrfBFa w o 1 1 i,(Lt•(••[Tj, N•wae' II KOSYf 1 \ IH.>f �II• MrAriE i j I I t_r_ ___ __ _ ____ ____ I it 1 ® I III I P!R 1 •� 1fEe �5 a lµlpA 11 1.-It.— Ii q",�, .. yA11LT , fSKTlaxf ; ; FYIWF Im ON�f1IpC WRfCN. 11 I I ,~ NOEcwmim M., CAtz PIPE TAFMN MO A TAW.G! A IM= TIA �1 x :;:jer 1 i i i i i i i i imfNM6N O 1 t lrma.:P ` _ 1 _,,,� ' ----••--- 1 _ _ _ rwr.w, it wN�r .f._E' I g f _ _ 1 ddSS ---� t l Ae• FNA,Af Mx tNTDI � I m • i 1 i„1CMNICK CMxfCAL i •• "—'1MIN 'C TANK µ ,; I III : SUKN lMrLUNT SEC 1 I Y 6 [ uua.ir • ` j ''jtA pr C •,,MI r 0 ! i rAwS2wCn i PGW M/E . 1 i �����''11•• f I P 1[ fE1 Ie•xlt'fat'1 i i i I 1 Sxiipge l i i ' it TEl 1 t fUTURE W t in 11 11 I y�� I' j ra I I t fl4SIN i i77f Q .......... `\\ , i AM 6V [NNN. tll , 1 11 •W IKIAS I, a 1 1 ; SC SY !•GS l TIS�>rf:n � C fNJOa.a t ♦ � _-_-P�n1• NIXKIA ; 1 TWI.iIM �,•� i [NNII.Ir L7 ____________ ______ ----------- m . rq a 1 's 11 xT ' `_;: ;a s N -- Fix e ry r •CN YKYI, 1 ' I i Ii �, ww� <�Tar•r�t1 f11 �r � 1 1 •� 1 • Y,V.Yf C ; z F„ se• MMWYa .tf[A 'Ill i � • • "�, 1'- ` •� F ' _ _ ° __ f nwi b a.p• ``\\\\ter i y � _ i / 1 Y ON• ANI IfA/N i i V 1.. % I axfDUClx t.r OTNATJ 11 ; ICE �Ipal l f�n i S�NWECNM tNKYENT I' PJMY£a Wm !dr OflIEM^ CONIINCf Ol J •• QO•raJ• 1 1 GrtxIF4 C rMn.i r ? IC 2 AEaxan , II PlN N7RH SERVTCE A• EYNNXNTIW / him * 1y 1 1 `TNNW f WYP STATION i Paw tNKtfMJ `\\`\\ r uolr.i. i III 1 i l _i r r-_- •- � c ITI r. •�}�- J� '. araeo• -_ __ - _ tlA• NSPs r fUTINt of r.a lNCAEtTa1 1 . SLCfIWIF A SEAVICE r \\ ` LL, ha cas STET- -- Cn i \Lil \\ 7CK W. IY -- •••`. tr>Sfl..:I i'• F• A•CM AYL I PIN Ao. it ii� FAAMEI rAaarE OTr AM O a i i ` aRUN Sv,ro1 \`�� J ITasoo V N 6.4 II Iil 1 r , l A rrtAawIm.I rwLN re Ftlif1RE � r FUTURE � ®�"� `•+ ___1I _ ___ 'a' CLEARWELL t ' CLEARAML I i i a• PEAtNEfa CLEMIIELL i i xumlr As. Nt 1; awx alsaNroG w r anwe, Na 11 IPIM /!PE fAEYOI eQNfIA Y I ' • rMOnlM / / 1 a CanAcroAO r t� r �ra�'➢° m II ip N• aEAxn1 /� - N,.nre ,` Al.. Nalnw 11 f Iaaa.:r 1 1 IMGUENT O �r OYLIFLaII f plfq.:1 .tB B!a OOCIx6'Md. YSER ACAMYIlE00ES rxv ar•a.m I r - ANT, SNWLa il16AE BE AW OfSUWPANCY 0{Y I61704CV. _1___ _ _____ -- 1R1704 __ IL eErN£Ex TMSE aWNWxrs ANO THE AItOa _ _ __ SCT a/ O no, Its AW m AaO'faN lJsue. A CWE JCU. I W'rq• NIOR TO.IO, JN AECaO SLT Lf OOWIWNIS 1 NOfICEA AN. ne oualxN. FaftAnN SllrG1 WvaW. 8-05 No. 3 _ _ , *Page Intentionally Left Blank* A ...... _.._.._ _... b DRYING BED DRYING BED DRYING BED FU OAYI RE i FUTURE FUTURE BED DRYING BED 1 BED I .1 i 1 CELL NO. CELL N0.2 CELL NO. CELL _dE N0.4 � CELL N0.5 i CELL N0.6 I 1 i i 1 ij $A a?� I ; I I I I i! >efaa Fg z:g -=lofts i 1 1 j j i 11 a•U, e i % � � = o+saaacE ro I I , .SlKFr ,srrtE,Te�u. I .ro � � _ I II law 1 1 ' t L_______________1--------------- . •ro �' it 1 I i 11 -- < III -- __________ __.___________ i KEY PLAN I omr�wsrnuu�t,Nr i r nHn, � 1 Z ale V 1 ENLARGED PLAN FOR PlPZW MIFIVIONS AW E FUTURE TERMINAL 2 RESERVOIR NO.3 ( BY OTHERS ( ) qq j m +{ 1 I "Mri Vs SEE w a.. i i ■ i ;� s`T.. `a JI i� PI III 1 I II 1 J 1 e i LL! O 1 li 1 � II 1 1 ..,>,,..» � j � .s am aoaaawrs. usEa .cNxantooEs Twr, SINI£D'NEPP BE MY 0tdC11NA If a[nfu' rMSf OOdsi'IYm .WD THE JCCOPo m ¢ m H = a V M 1 d 1 ! ! Wrraa�ma u� aml�afmAff Sf orISS n 1 snv >fE mramu aootw+ sxua aovaw. LL Q 4 z `; . ��` ��._..._ _.._._ _......_ _......... _._.. _...... . Mx� M i i \� ♦` `\ \.` n• a+N wrfN ♦♦♦� 7--HE �F OEMEIUI YNtl rrPJNO hVrfs SlKEr a•CS. W�ArV tNY[kOMVVATZW O1 M M >xF afur>o� M sarp+rw srnsrurc Q lWLaiM I YV4gLE i.Ytf M aNSEo a.. m J M PM rXYEP> w MAT q , r > ^® I ` CMLORJNE omf+of ♦�• cwruwexr We 1 `: • `` /� E• Koufato i 7N <.uax. i. a i f�Arrlm limn ®a. NEffA m ouvp rim Ilc$> Nzw sofiv" I fa'1 ltrfNa nt{i 9NLL a KS>M+NfD. rnri..0 I :\;♦,�MN= KTarYI 1 r CN! r avOYlaE N ® 8•Ct. 1. + PtP£ PaJPJtf hilltlf[II, SEf SNffrs C•P+ r , Nw avmr !T ♦; ♦ , . ` I APYo lNELafNr ♦ ♦ yr „ ' r E r+a>...0 t N{]1.. r> . r C t•A1. ! sm, FrA&wr la). 7B)7/0�Q4 p ' l.V — — 1 — vm _ _ _ ____ _ .r,Pv___________ 1 —a-M, GN SFf sN aar ... ."•�,,. � SN 73 OF 402 *Page Intentionally Left Blank* No Text *Page Intentionally Left Blank* 4.. YEAvM, — a OWL*# (a, �, r -z —,a- Nl^ TERUMAL — — — m a- prat RESERVOIR NO.1 mwm 0 IN (ar rMi Im's amm. tJ TEE .1. —1 ANa IS" AW mEr W orW3. aMlNer El EVAPORATION aw POND NO*2 (w mms, 9) PIPIM y o�l -- — — — — — — — — — EFE PLAN A AfATGHLIXN&, 4 7`*IwS co a. - LL KEY PLAN NOTES: '. su obw— '" PIPIAO mu S l a... aexxrxar PLAN B x.emna, �wm OF �Mfs " M colur I�r Allrro. arm. WE �E — - errN TME ON aWr 8.0 AW I W PIM �xm w v C." w C-m ew r~, E INLETELEVATIONS OF pip", AS No aoc,S. um AWMAWS pine ass-1. � DISORRAWY Mr. smmo � ar pipin Mr WU BE AESTAAJMD.av Iajw 161704 W. Sam& Daw VDPIWM � The N� =a,�--�ZSWV (�"Iff pwi E ^_& SEE$Was c-, B-CS 'W, NE 'm BID. MWO OF 0=-&M C.N. — W WIGME ADM" MIA 60�. *Page Intentionally Left Blank* 1 N .4J ...lo ___ rtursw. srnava reEEr .►�rulE mmusmml -__ fl� irxis w TaErui m irn mooN _ gSiTlM Nit fOw- _ - Im— $w Ma s1w- twrct ma a-m m romt 'r-- Tears ,Taw — mwln awra aec m•aw a.osm i�__ TBIas4 trolloe rwir snscnlur awry atE m-aw aY Tearsu sTas.cs Tat, srsucraa �_- curve our ,o•aw ore. aso Tsaa.N ,toalat our smcrmE �_ t1erQ WE l000t GtOtt G,O A� 4__ 111f11rMl tlpla( O r tTaC aura aTt f,.WT aar aso .----- 1 ---------------`'__ mur..r twu„t a,na,ilss Q swra arr w•aor aa,E am 0� Ll CITY OF LUBBOCK, TEXAS VE BLACK& VEA7CH BuiaotsglM& aC1( SOUTH WATER TREATMENT PLANT r.u�awwr,caroal.ebn P 3 ID PARMMmxmeCOOP M TERMINAL STORAGE RESERVOIR REGISMAI NNMF40 *Page Intentionally Left Blank* U L , k€� , ; ; ; , r-xsoe-arn i I ri , ------_- a � SLL— Adl T¢YTNNfx) SL.M _r__________________ - 1._________________—_________--___------_--___-----.,_-- -ppwx vuve lrv.lw txosle SSLL I — �awx eu� !rr-!a afx , , ; i i , ; g 1 I I , , , ----------- ------------------ ��a,'r�rcli srarusE Ewl , I i , g „ n , , , I , , , , , „ , „ ; ; ; ; a , , g ,. _ , ; ANt3 SNNlM19 NLS SI107N EM SEARED M .tSTAN SY M04,t x.91EHt, A tI '02 38' wS10NAR EN61NFfA IN liE STATE OF TEYAS, P.E. �x V N,ANER Io:tEe, ON.IulltAr e, »w d C iN1E 0p1YIW Nf OrV0Ip4tY SFAREO ND S!Y Np9YS x. JPf.FLS, A RftLi4® NgTEiSl0.wl. flIG/NFfA !M TIE ETAN fE OF IEW, P.f. —.—I MFANlt3, W tN11MY 1, I010 Y§g CITY OF EXAS _ — e LUBBOCK,' Q BLACK & VEATCII W H SOUTH WATER TREATMENT PLANTulwotldd6iMncr ;;;;;; ,;; -- -- a�p N c 'a • • t».,�re: ,.xw•,se-,.see, .,,e,_en«n«� e. P d ID "' g§ SULFURIC ACID FEED SYSTEMREGMTRpE0151RATMNp0.1-0W SHEET 1 OF 2 Home: u» »n r«:er ec u1.. rye, � ..• *Page Intentionally Left Blank* No Text *Page Intentionally Left Blank* No Text *Page Intentionally Left Blank* No Text *Page Intentionally Left Blank* if > q > q g� oxaus ormuir rawlrra wrr mr.ar A9grr Yr M1Unar Mara a+caNrr ororrx iw�vaN wrr mr•ro, wcp,crra Mrt aaam wwwr omwara wrr aiavAr iro+ror ma+na wrr fL/.gl M CPYMD 4�*'a i $a$ 1 I 1 1 I �N�� Y JAI a � • w,i aw,q w aN,or Ey ievio A,00 $16*0 iY PrIaLa N.81m, all LIMM YM VOW 8,I 201P7Y ?AiTAT[V fE, P.E. yy3 � ANAGM 10"U, Pffl"WOM Q`s IMQ aM1VaU Mtl alrrrlNLLY rWPo A1P aaneo rr Pnw A..uani. A rtream nnrrrsranv. mural rr rNr iGK ar rtAv, P.f. NMli iAti, a .M�ww• I, mN R z CITY OF LUBBOCK, TEXAS 1 11 BL jA Ka�rE.AI dMi�i.a $ �Q -�•a - eQN+ Y • � € SOUTH WATER TREATMENT PLANT _ ■�+���� ,� trtVr`,0: „,MI•!„Pw.b00,M% nl ,s WOi.s,Jnr.b. VVV F� A o - a P & ID CHLORINE E FEED SYSTEM PA,N{LlNllliaMwpel NmulllntoNxnraa wro,lumn,� .s-r a•en `M a SHEETHEET IOF 2 *Page Intentionally Left Blank* No Text *Page Intentionally Left Blank* r-`--_'^. r---•-�, r�—•--'� r"�—� ""'--"<., r�'�.^,. r--1 t---^� %----1 .r�---•'1 �---••„ .'.�."'r, C". .'.""� .""_'1, '--'� r FA i III I _ .r r���r' ■ ■ 1■ I� LEI-. a OVERALL TINO FLOOR r �} r ao•-a• .AT. gi . GENSM NOTES A. At rOtipTW oma Aw norm ,wawrra ARtlm .. Tni xYAtrm wuo,Ta amnucr uoeT m T001 n A � II ro /rr on.um ra Mn rTaserT mm urr.nr-fawmo 000unwc . nn tamrtn s Tow rnrwnrmw. Twuao m • Tew 1.rOMrT,brTl isoow,or. mor new Aw AAqr� /rma Aw.cmrrs OxWTn. n /r. YR'Ut I.OT/AnL om.A+a• WM. W.T. /. KW y 3 3 Tow nrrU.Anoou AruWp mTe T.w MTNwIltlW. f1111 LOw r,M,w v mOr Nu.. senea As avla ArA. A'n AI N AtO.r.Y Ail (If•t!R �iw). T1Tf !f . Y x • WINwt F,M T.TITCTTM ApOCW,W (/AV n. ua WnIT' Rw (Toil nmo/1 mn,WT 0>Gl11oLTTw. A 0..[pm ITO..Ip1I tIWC1L nm .m.MvtY AIIG n sewuo Mw M nrT a i.i iAcntTr.rM x • T. wTlanr nw.rot ma .Wn T / !.1•M I/Ti11M./ .IM A T•/arM Wim wA we T. our OFlIT6� 1MSIOAO Il1O P'Ttnl m1IMTI.frI1 MTV � � 2 2 .ISKfIlTl2T ACT! lrla A • Ttxlf A0]Sf,18IfI iW01R6 (oil !To wnocT rni•oanaw<a Tscu aaWw c.c.T' y�$ g zz gg onrcu .mwc ,r11pp1Ad rr « amWTw, @@ � our TiAlw�. r/..„•max.Tn,o.. �� `mlw/R(Gpe00r�Ai To � Art�A �orAr 8 � i s z �jrt • !(EYED nnrEs 3 Wror tore A _ I �- I I I I I I i I I I I I ..N./ I Im I I I I I +T/or uK c I n.Tj• wr'•.j• I I 1 L_Y I I I --j -------------- • U L�J . L�J K PRETREATMENT AREA (UPPER LEVEL) DI.11.J IJLJ o p L CHEMICAL FEED AREA (UPPER LEVEL) L-il IL ---------------- ----- As.1 In.-V n'.r r7"•r ro.••r OVERA.rLL UPPER LEVEL FLOOR PLAN 0 /�•N. b� ww u.s A R `qxi .12 F-Al.1 *Page Intentionally Left Blank` II- . i �p =MEN 11MMEN I, Bo X® L41 x� 'I, 446.>.4. J.L.I. �s N !EA oil Mr, swW Hart tl ar etournw u.�.uo cram rr nwr atI,QY MY OOQI.UI. M ABO.tl A. ,r0.1../4 A Atl/,/G/a - ' if<Y 000..f1R AO AY4p1 lRN .11OI1ItCY tl � ! .1R P [C4,U'/a AO M auaau IxBo/ J..wv 1. tlM. ,MLL( .NGI. CITY OF LUBBOCK, TEXAS BLACK& EATCH yV ti 9 s 5 wa.wotldrrn...r SWTH WATER TREATMENT PLANT TREATMENT AAD ADMINISTRATION COMPLEXrawaut/a •A $ ' p - PRETREATMENT A CHEMICAL FEED AREAS .eoanuno,//ro.ratl ,wne.0... ,... ¢ LONER LEVEL FLOOR PLAN°:°;.d.•. �„ m, *Page Intentionally Left Blank* Ef L r III '11 � g� y •• ' Al.no IDD.IArs. uLA �won[ac[s rxrl artarw aas araxu[r M{r. Laub 1101E K Aw Dlfp[IAWY I/DZD AM tatID w DttlF I DlIIftA MSf DDiWIi1 Ab M KOptl A. 1[at, JI.� A KDrR[Kn I(i Df IOQIKAfi Aw Aw AIOi�D1 )tAeD AKrARR a TK wArz a MIDI N IfD, M 1YPYd LFt O< IwK. A.A. MMFIr rrRE. W ttlPlr'[Dlf AM M WDIXLL NriFrM 1W WE I. 10r0. Ll4L EOiGYI. ;r CITY OF LUBBOCK, TEXAS BLACK&VEAl0 N eX s 3 SOUTH WATER TREATMENT PLANT 0-ift/woddd pnrA v v i� II � � r� Am�e n. Ir a TREATMENT AND ADMINISTRATION COMPLEXwwroat.xrm[a ARCHITECTURAL e�i. nectsnunaxNarteD nrKr re: urraaxv.e [mmra[ mrr:ar[rx.. oaf w Ul a 5 'yb CHEMICAL CONTAIMENT AREA FLOOR PLAN *Page Intentionally Left Blank` ,._-,. ,, i ' . _ _ � _ � � -- 1 _ � �; *Page Intentionally Left Blank* RNIIN Y qsqs B g® 17 �p� as �p�et�• D®� Nil ; ..>w.. I ------- ------ 47 ilk 9� a'p A�gg �Q e++E�G¢9�x Y p �sp yyyij�� ytt 1 1 1 ij $ L_J 11, J� a ' $$ pp Q s I a 0. O�a 44 n ti sillR - yjjRRl! - - -- ------- j F YY i 1 1• Z • FfF.W N I�YW A. JXIQl. A L OM1VIW Mli O1IFfMIN A.um Tim lltet4N IRpRt610Mt 6Klmt W M FIArt V lOu6, I.F. rAllRl IR]3. rci ¢ _ CITY OF LUBBOCK, TEXAS Q BLACK & VEAM &i6epFvypddalliMrrlcr �In �� - ' 4`aa0" SOUTH WATER TREATMENT PLANT arc seasroa wm Armosne n. n a we 0p Y CHEMICAL FEED AREA CZVZL �ReaaTRArpxltaraw�� r acar ro: rslm,.xeo-cxaw,nu u,.r,«.w.r . u .af .. �raXs, ss:w:RR .«n. ...,...r nwn . LOWER LEVEL PLAN ranro:munm.rrena R ,rl..:n.w.l.,,. , *Page Intentionally Left Blank* s 1 40 gag 4 A.I v g '■■�� - R i �� ran onanw au anraur iru®gum aro®a w•naa n..wss, A UCOq[D MYQ6LOIxl LMI(KG IM IIC bM1Q of TG'GV, l.Q. MO[n 1)Ilb, M JY6MY �, lOtO x $ CITY OF LUBBOCK, TEXAS BLA 11.ATCH r e '' SOUTH WATER TREATMENT PLANT (� b as '• Y CHEMICAL FEED AREA CIVIL,uoetnntpNxaraw vnnwaLwma000rw awr m: •:+.<r. UPPER LEVEL PLAN anm, w,Fm n —ra.„ *Page Intentionally Left Blank* IIIg �111 $1 fix- Al ��� �� . ��� H��r$��� K,1; oil i r- L- R : CITY OF LUBBOCK, TEXAS BLA.gK faA a SOUTH WATER TREATMENT PLANT :� _ 4 4 EYeM W ESN raL uvn�oe_xmro a .w wr ur W � _ CHMM FEED AREA CTVIL y CHEMICAL CONTAINMENT AREA PLAN *Page Intentionally Left Blank* •LIWIM P TANKroIYYA LTw1• P1AYI rAa v N,T •,,,lN BYA.FA• •,ET[A/NJ• wr+lrfw PN4 awl• u (U�� •n1tY6T nw [r•mt• _ woo•rrsl,x.Ilm,znl,,• ��A _ } n:Nn.J/.• >o--1:N,x,r,m,Jl1• iMAMJJAt •naLnurm rv-:rr .. pm t•N,, t•mt CEMAa S/ATtd :au,Ju• lnu•x:lev,r• � laf➢T LACf NATFA ® rcrrasrnr mTd is m •A/e aarroa wn lAlll•wr•g Yeta-u:Nl/o,rw.f a:• u•n° d•D/r•lEwtE nay nceoo � $ lZil xm vAc uw•N,N:N1x,nx,J/.• , � ac-wr •ftoauAraJ rv-:fa• ar.w a-1rJ+t:.um,a/.• arm S No vAc awa•N,m:N1:,rrm,J/.• YJr➢r PACE ,1[ArN rvflt-r:Nf),f' 1XEi lCu-wf awJ•St, N:Nrt,I,m.a/1• tfWfMlHiE AIILII �Hp :Nfr•aN' •'Y g 7 •sfArwrc Acto TA116iEA ar• weo-lerart,nm.a/.• sr vtoauAroo rvan• Jr -Jo p-f:Nrt.Ilm,a/r ay.m KV MP-wl• Y)rd YAR IlfArpl iYtiJ•T'111t.1• KC-ew KpoO•a: :TK2,a/.' 2 * TE,VEMTIME mlCII � d wwr-ALYJT[ R :1IIx.J/1• u - LlfMfw[wrACTM Y[OJ-m:Jrlo,riW,f• _s Y•JO KC•too •d (FASr ErrfRfa9 LtWtsl KC-tae 'IIOCMAId /Y-ir1' Y-JO Ylt1-I:JIf2.11m.a/.' aP•m •EL[CiA/C A'YM mse• MM woo-2i:J112.r1m a/.• Jr-m fY111•t:tllJ.t• ,lJroA SPACE ,NATa c 8 rEIVFMIIHE afro � :tlrt.a/.' C n cnoeoo g jqo f o •/taYLurd rv•Ns, Y.Ja ,Sf:Nit,I1m.J/.• aP.)o y 19rd aMtF IG1Or m rtr[ArLa[ s°nd c •sPArc• {—� o a.wr-Ki9rE R Jr•JD ie•1:N,T •rm,J/1• 'fIDCCtM1d Y-m •EdlnEa SIAfF• rv•Jle• Iqr� l•AC[IKAfA fYtfa•t:tl it.l' T[IVEMTwE mrIX tN1S.a/.' 2 d 'r aY-df-A/WT[ R ne•eoo °t " °- g Ke•eto •Iwra nTEA IH-mt. _ a.- Ytw.rart..fw,zru.au. t nr st wren sAu 1NArEA :Nlx,a/.• w•wr Mrgrr R nc•too n too.r: •Ixsroaus nd cwrAH. rKVE Pr•ara• xl-z: tCCAt Lri(fffOt PMII /AVwr. r:Nfi,nm.Ni1.J11' i WNOrIAYI YEIEIIfr.D PINT -- DlSpYRJE HIES4FF C1feDt•r:]I1t.Irm. H,1.a/1• M1GY(!)NT YEfEAlW HIV a _ '., atJCIMa4r MESSlrY CDYAAAYI IN1EAItD NIV CWa07-i:xlit.Ilm.Nt1.J11' _ � ➢ISdMMi PAE59r1f .� Kc-too 'Y KD•wo $ •cowAAM T/ SEA PfrV v-Jo Ytw-n:Jsr:.nm.all, 1 clnwr nfaao• : � •• n }2 WI. MPO wre rMYEiEA -Ja w00•,t:a°,t.flm,314- ai '' 4 '� y •smtd flrranaaurE Tlwaf[A v wu•ta:alM.M.M. HW s".m. sr KEI Mill 5 F k3 y KC -too w _ zg � £ m •lam L �fw M ATE TAAKFEII Jn-J° NOG. f.:Ntt.arm.J/.• sl ,lilt 8r#R y f. Kos°° � €� i � 2g� � ¢ g '�➢tt� rETA.wru ]..,o Yeao-fe:J.ft,.fm,a/.• Ka•too » nteaaa: '„�Jt fftL��� e iNtS ➢DAYfAYi NAS aflla(NAEM SEALS➢ T 514� SY Y. Y. LDPEA, A U fWG IN THE STATE OF 1EXlS. P.E. 6GrrfNkD IYLd 651 0,,OCN jA 8, 2010 NUEIFA w13D. w ,AMW1Y a, 10f0 R CITY OF LUBBOCK, TEXAS BLACK a VEATCH -- H a ' SOUTH WATER TREATMENT PLANT ave➢oxa. Tm..a aR ¢ § } w*�»•w w"'LK Afmv V C $ y »_ 1HKnxa°[•IYIIrtclL ,AHr I:ra Kw.l..r.� N-r a - ELECTRICAL a coofel rHAr = MCC•600 ONE -LINE DIAGRAM HEdSTM11pN1(fAfaitO - .. • . ,ra :am wr�n?�1r°>..Y nw nr w *Page Intentionally Left Blank* rannm ALGA! raMr alwn Ylr ,f !.!tl m. q •�Y �• Irel-/:s-aalamn.»n, r»: I/a, 'LlfMltl fAYn fM4rD�M LIIOr' Nel•I :S / I ' N• Itl•f}al}a0r •trrfAlAV• •LJ(M/tl IA16 LN}• •uantl rAm GaYrinu -� anw• n.xvA o 11a•Itl�}apT •nRMATa p•STt• M}t-I[»It II}0 a!r •lJantl lM®, Ltl!• Lij ,D� YAtt �� Itlrl•tiNtf 1• ) a a•fT,a/r B S •cPrrsr rM G-ter _ rtlr-Ia:Nra ntl »I. r / a-orr.atlrD A w y-� - � nc•tlo Lis vaaoaur tnl,a/r fY»}. /:anantl alr f4S »u.nr •nonuAra n.tt:• L•nl, L•nt Lana. aorta g � tlIOT YAL! IIUWI POTS-r:Nl} I• i •Taxes/ rM u•aor W01•u,nndrn.nr r rnreL.rulr aura a }nTAra• .nT,aa• � Y g � a-arr-roorc R a nlaLlavr nwa ® raaa-atNtr }lao arr ¢ •EOMIAT aoo-nnnT an.r •�� n-m, Pon-214n2 r 3Ei rM N-a0L• rlrlYwru a »Ix.tn• »1t,alr tlrDa arwi YGrel rtrtwal,.r saTtrY a a-arr-Ivtlrc R »Ir,alr al:,aa• � i C I•a a-ar ns•aro nc-No gt 1 •IwG IIWG � arin : ».ro aN }' � � •nOCLN.Lra n•)xr rrr»•1:»v,P»a/r .tl Iw-Lao-I• 9 3Q! o ,ora � KArrA fvT:a•r:Nlr t• •aerula vJaTrx Dann AUDL• ® Ylal-x/:Trrr.n» arr ! � rcIrGATurc tRla a »It.ala• aalr,a/r ; Y i2 a-vr•aLnrr A nc-tla g 0 � •snores• 'aD •nooaaA/a m:»• rrxa-rra.lr nx.a/r w rw»-t:Nfr I• tlI01 ally/ IfAiel .Y,n,. a•af.auorc p or},a/r nc•atl 9t nc•atl i vtomLAta fY-tM• IYt»•f:Yft alto Ta• •saurflm YADn• m»•r:an: r R wmY ww nrGvrw} slrror a »Ir,a/.• '1 a•pr•e[a0rc A aalt,T/r /Lc-atl �j nt-a00 1 •ANlD YIrta N-}pY Y-tl I•I:N/Iltl»I}NII,1 IIa' tllp VAS/ MAr{A »IT,i/a• Nia,a/a• a•ar•Inm[ A nc-No •Il I—S na carrin aLn I:NI} *— aw NJST• itt'}: lOGr. LOYnMt IA'4 'D)apR,Wr rMYS/G PM ,/NI-f0:»rt.aln a/a' 1 Lrf•tl1' Ilt-f00 M • fwwla II:NI}11Aifr 1 pwarrlooaovrc IW! n-e0Y .e.— ..m"Ic Kra rA a W01•Il:NIS Ilq a/.• AK Im•aor• aDla YAr; �� »Ir,a/r IlD-}a0 Y :• Inal•ta:»I},Iles ara• •LlfrrO AIYOYJPI allfAT[ TM'6rB1 IPM Lff•NY N a . ILD-No 8 � g •tmlLr oaoaLr} trrwG •ra:»It Tlx T/r i Y �� nv Dn.ND• L � �� �O carrrwm ana ���`• R1� lit t g p1rOl AtD JfTATE A L/clYa® MMlfa70Yal f9g1MLla rY M erAt! V TlaAS, P.l. A I F.= P QF M AM I /aal�m urge, a aLVNry a, aum g CITY OF LUBBOCK, TEXAS Q 54WATTCff a o� o SOUTH WATER TREATMENT PLANT . .a.n {Q KLLk aeu aq a»rea S ¢ _ ELECTRICAL v + rycoom ; .aaoa.r. rlew ucahrtro4 a arPle :w.ar lr a� MCC•601 ONE -LINE DIAGRAM._ .. rx,»wrll:o: P Prca n. . *Page Intentionally Left Blank* f1A-G O v Row ,W lanlW) Roar no (oaral 4TftlOG OUfLEr IIGrY rW (KWJa) ILLt/1®G OnIA AVl ,M flAl1 f,Nt/r0 f m YAT/IEOG OEnir rtl0/ /A lKI10Q1 rAnrEu allrin "ooa rra nAecE a CMIA alowEl y �I,HE(tSMI`A0l A00Y) rAuaunEt Ron r» a+vl In rAnlEou a/ru-r 1100Y ry /IF1sKa 6[C/i1G4 Aoon YU.rf1aEG tlln)J NJE %T IGd fE)0 ercnvrK floor, aa,nreu Dunn gaol aei (KOD)E, LaW» au:.n nco r vvQQ S� Lwrau»I,,ao,au' tCl•ltNrl,arr iQ N uro..aat)n).n» alr � y nc.ao•»: 4 Iwr-v urNr: Ir» alr f} RNOa-irt 7, a�a LaN-,I:SIra,IM.aw Er010-ItG,) 1,» ilr aa10.1: I gyp H All B y jxY{ 4R C g OY 7NIs pME)Ii W UVOIHKIr 1EA0MD u010 OY .. Y. "1", A LIMM MWEMOIW. 1WDM IN M SMTE a FEW, I.E. amm N, w jw4 E, SOIo IuEJ N R # e i� C e4 $ CITY OF LUBBOCK, TEXAS .. @ SOUTH WATER TREATMENT PLANT ELECTRICAL MISCELLANEOUS ONE -LINE DIAGRAUS 0 Ba»Ei LA c?IWdEATCHert..ou Mtica VIlMb Cwslri0e _ .n. .,.. �r sn ,wu,wwaaoea,sar a.r) ►AnuaL.rrJHawoiw 'r"r,l!) IlrfrfOt)r:p:)JM ma: Jr J»tr n:w:aK a *Page Intentionally Left Blank* U-l01 CAKE n fVR.,]/.• tw K NIVAAMr MY TART [OT•001 LFYK nCbWJ):I-1MIfOs.i/1' EI1ZM'Ef wim (I! /tOW1 n. u R'CE00'f:ilKA Of)tt fAnE.f' LIT— t0 In YMDIY � TAKKL clo.ICO.60o LWdlO t• RN MA alsr. I-"fLUE iaCbiCa N.Jr1• CW.TAK PKEt tEvn Mox £ nceto•if:t11r1 r 1I1• hW00•b:It,r1, l• ItlMOAfM tEmim PLYJ [uT1pt PANEL FY•itt AM ncfoo•n:,x•1/L»tlsr hWoO-e:unlr mrubfYt YEtFAtNG furs LDriNOt PAYft p.xf: Ko If•601•t *,A FAKE n,NA.,JI1• fY-}ti AM HC600•]:f»II 1• COrWA+I•II faOI tD AK10 Yfxp xe., flr.fa-1 n0000•ID:1•tnnr65.i11• M-n1 AM nceoofna,1, r• t0ot•fl:art,nw,v1' In VM /Y1,S AM htlop•0: tt1,1. i• Mom -t '.� ��CAKE nf6A.,J/.• KC600.10:tN11,,• OWOAArr n0Y l0 AMIOYrxEAYO.t KCQOP-Jr:,•fMlln.J/.• N•}Ib Ka . fli-fN-} lMJ-tl:S+lt,Ilw.]/1• M-t,1 KD .1.1MIrOS,a/.' KfA00.11:J•IMI165 ,• 1w YM :1.1MIrOb.a/1• LE•b10•t rR C.rOtE BY 16A..J/.' fY•111 AM )MIW HYMGLLffIfJE S,D'trfF TMtr nCf00•IJ:1.1M11 ]II• •r•IIN,6f.J11• stt•00t LEvfi ttT•O10-f fY-tN AN t•1M,1ts,ill' 1w YM 1t601.O:t11t.Ifw,)II• IN•SII .•f0 nC000-It:J•IAnrOJ 1• SOO1W M' ORITE Wr'1: .r•11NIOs,a/.• ingf Wl0A0IM fM'EL M•316 KO U•010•I CAKE n IEII.,J/.• IY-tlb AM :1•IMI16S.J11• 6WIW HYMC1 wx 5`MWF TAM KCLOo-1]: r-1M116J JII' ssr-for [EYu Lli-f/0-) SC•xt, LOfAt COr/HICL /AK[ Ktsoo. n: u.u, v1• 1w vfc tool-Y:}nt,nw,m1• 1WxWa S/D aA61M Ab.r C Hu06.1c2/u i/.• SWIW —mi. s/IV•t: LEYEL HIW £ rAtu wwlW —1 KC000. 10:1»rl,t• t10YARE1 M%-W, SD}fW MYMtlYWIrf D1Y iAM1301.601 KGY.Op•II: t•1Mnbs ]!1• fY-t21 Afp "wo-r1:,...... L11.13 tw YM L001.O:t11},Irw.ill' ry,}1J KD KC60o•11:14111. t• SDIIW HAD llf 1R . IIAK W/tl-1: nC0o0•w:11111 •• Aq DAY TAM WVYW PAWL M-1t] AYO EOD,W xYIOUAIft Y£iMIM PWIS KC660-Ib:iNtl.t llt• hC00o•t1:111111• CPftFDL PA•A1J (I) fY•S31 Ka JWfu/_00.01m YEtD v)lWf ht6w•10:E•IM,tK i rlt' KCbM-t1:r»rI t• - MrlJMY. IAFLS f11 � JY•1S3 AM fE•01]•, WLF n IYR„a/.• � n tM AN ncbbo-tJ:11+II. r• wlm It/MbEWItE fEM FLDY nC6o0-n:i-IM)10s i/1• Y A "'�:1-,M110S.a11' w M oM, ttaalANlIW Ffi•IIT•, � W /Y-ttl .rM KC100•t1:J•IAH164 1• r Iw YM LMa•tt:mx, /,w,i/1• T• _�:1.1MffEJ,]/1• n •O tE•blT-t CML[ by bR..i/.' �L fY•tt3 KD � W m :,•1fN,bb.)/.• p A SODIW HAOGEORIIE f[EO JIDI t0 M(YNY —oft MrlW KCIW11:,-1M/rsT JII• /YSN AID r 11 t t00J.11:1I1S.nw.314' ; t-fME1fs.Jl1• KdDO.tE:]-iM1,6t 1• O •w YM }Zjr fY-,N KD ,il tE-fM•I Cj CAKE or WR.,]/1• O h fY3w KD :f•tMI10S.J11' A~j ArRV11W SK AtF S,DRISE tANt KC000•If:,•IM/,OS.i//' W-60 2 lJr.f01 LE— (1f [lT•IJO•t fY,?M KD ' I-1Im,05,»I• 1w YM lbOt•11:f11},I,w.J/1• nCe00.10:,ni1 , 1/1• D ttW1D AMD,/(W 6MIAlE 1AWt Ltl•I: iC•tJ1 IOCH COYtAK IAHFa MA6IDIM INEL LWwa•t r Jf0 DASIN No.t f iiL600-x):t»1 ]II• LC-OTO•} {', CAKE nWR..]/1• tlwL Kim U.I. AYMrfN EYLfAn s10MCE TAHi LSr-f01 LEVEL nCbCo-3o:,-i/MfOJ J/1• LE•10D Ll(•fw•} Iw YK LIo,•II:tIl1,/lw,]/.' Lt1r.Mt ilW MTIX LEYn KC600-tf:l•,AL I06.]/.' Ll—MWIIW —1E tA1A)r LIr-x: !OM•Il:tnt,llw,]/.' WLOAOIM PAL LE•01] Ti, CMtE lY NA.,J/1• l9l l S: FOML(LnIW Mitx 1: K0000•w:t/11 J/1• UWID—IW KA/AtE MY TAxt lF14L M(iJ LDr•t01 tErFl. M 13 L»-Jff nC000•,T:9PLiH• lw YM tbo,- 11:Sn1.11w.311' EIXW.flA1(M 8 S1Y 1—Lw ,IWID AVVWfW s ATF T IM f111Nb tIW AYJ DAY lAW aVltAOt PAFL U.I. AWDYfW AAMfE I[)MfM nJIMs KC600-bJ:Jt1,1 1 1/N IE-wr-t fAKE n iYR..i/.• mxrAK PAARL sFa xstx xo.r rYsfouus M/MMND. not vacfoo]o:t tnuus,a/.• tlwjo AVKwIW gAfA}E YEr[AIM Mats KCfOJ-b]:r0-rPN1bs t ,ft• Fil I•, N'IIAY. PNSt In — If -an., 76 u f n w&.3/1• tF•wl-t Pt CAKE EY KA.,J11' tM FOR, I m w Mt— RID MINI fll.s2l•1 HC000-S,:1-/PNIK JII' df0 o0l. A4A R[JI— YfIMMW. Hot KC0o0-Jr:,-,M//6J.JI1' '.i UOa•tJ:JI1t, 11w,J11' ili-MI•} Iw vrt IE•621.1 XCAKE n KA.,]K• CY•QO> nCbM•J1:n11.]II' lK fFfD fLOI w ]EtOwARY IEM MtM nC1Eo-03:t•IMf16J,]II' FIr-it)•1 �, b1 KC00o-]J"•1MI,0s ill• fw YM t£•NO �r CAKE n,rR.,J»• �, eof Kcbao•es•.m a .• EKYmlc Ml0 s10RallE Tx/r KC600•bb:1•iNMr6s.3/1• KCEM•60:1-tNn,05.J/1• wl I t l tlr foE ur-fw 1w vM Leof-rJ:vlt,Irw,]l.• re-wf R FAKE n KP.,J11• KlJi1,tC MtO Imm MAtDD/M 1A HN•f: NEstDfAts=l[Crlw .QM 11. FlT•xOf HC1100•N:t•IMI16S.a/.' U-6J.t CVLE n,YR..]f.• 1. VM wag SIAnYHC MID pLY tAIA KC000.61:1•IM1106,i/1' U-001.1 r CAKE 0Y WA..J/.• Mr•001 Milur•w14 tw vM LOoI-IJ:411t,11w.]/1• C'OrK.IAY) sRKYF ) Csr."t LMI ur-601, KM00-iS: i•1PN165.]/.• SIEM(C AC,O tRARSfFR PMPs xlGl-1: 160,•):JI,I.IIw,J/.' wa ar tAtl arIIRK rAEL Iw YM •ADM• 'R CJ I 1: � "W. uxaorxs PAVEL M ffO DK}NY//fs. IKFA ApVNYtfDOE] tE•bOi•t fn CAOtE n MR.,t11• SFF stEFr YH TNr, .YOtAo nERE 0E AM• D(b'WEPAKY YEJYFEM 1XESE aODANNrb KD TxE /1FOJ10 brMYF iMx CJI•c02 UYFI Plosoo•wn•1M+tesar.• sEr tl o No. ND MY ww JAWED PMDR M 0t0. iK REEDV sn of MC girpAArT Ur-MI.1 . AM nrt Mrcrxu ADOFMr s1W[ oovtM. 1w vM L6olaant.nw,J/1• wis DRAW114 Re OIIforwLY Maw AW Szwo OY R. Y. LIWfR, on— m c0NltMR'O f[LDT A LICUM PWFEJSIOI EHtllxEM IN THE srATE OF TFXAs, P.F. NW ER 661M, DY AAMM Y E, 2010 CITY OF LUBBOCK, TEXAS Q B.LACK & vEATCH - a g mYwald6tanrYnW _ -- I — K a 411QQ . SOUTH WATER TREATMENT PLANT " wet` arVxt[ACw»Ytlen arr I. L9Et n: ,Itn,-YKO[•rIKtY#1 �»,eLtwr.M � A LL �g $ Y ELECTRICAL PAN.EGI . MHMF- ooPEEs- AEri1S1MY10NigF-000 u:1s:ADrllHit�IIMn I:,a:nw n PLC-600 ONE -LINE DIACRAY »t.. n m *Page Intentionally Left Blank* fRw &L•ET tta ® lE•FO CtKF rY Yrp.,]/a' 00'ar,RND FAOY AEUH SmlW pEOMtE aTOaAGE 1 KCwO•If:1•IMr,rS.al.' n !F•n0 .{ (iatf av YM.,a/.• lJT-r10 liYEt 1m vAc LrOr•f3:H,1, 1,]G,JIa• Lp sootw c arr•aeo efw[AtrE w,E SCUE nceoo-nn-,rasa aa+• sdolw aEoafn �•+: �aeo:-n:»1t,Ft0Ap' rnrlu( uAawtw rAVE[ O ,xo m vne LE•au C TAOtE sY Ma.,a/r re•afD A rAstE ar MA.,ar.• adofw aaowrE Gv rNY nam-aan-rmnes ]I+• � N 2 axles araxiriof turf acuE � K0000•n:r•fMllra.a).• mr•mr tEYfl ur•F} m Nn-Fu r q iw rAD �Lm,•rs:wz,lrwArr ,�.f rzo D vAD [sma+:Hr:,Fw,a/.• $ smrW m—le 1—m ,vats Aw w TAN! mV P�t orvn: aE•au EAa{E aY Ma..Fv smtw r,rrvxortrE ncrro-n:r.,Mlres.aF• pww m,rA+e t corrArroEM � noaoo.ao:adr..J/+• GY c� to rwa uvEt -ere tzsc•eal.rsvew) %•i rs0 vnC [dOt.2a:HrtntJ,a/.• MuN� 5,Tw"t nCdoo-er:irr..a/+• N rtaC•rlt,tw•F3) m Aflfa ACn.— 11��11 � m. _03 tl T KLdWa2:ana.]/.• O (2sc•etr,ao•r:xl =,wro lclo alavoE rNxa M'Al ac" swP max (w•fF naoo-a]:ana au• (zL0•0z.[EO-632) $.IW ""V s— 1AMa WrlrMNENf dUP Op[IN ail'-QF G n[rm•F"1" a .• (SJC•FS,2a0•F2) "wo ofGl" 060 WIf KCEWrI:}-irMi0.r r' [OF•.1 lw,•Ji,H: H,t,a,tG,il.' FON,C mwlw alfti" GW —1 CCf•f0, K0000•fr:/Ir+.a/+• FAG/M olmrm f r WlT KC000•rr:!-rM.rF f' mCr•,:YM &NntID CAKE,r• wn ,arrAo Aw ,NTfKw w.mr mmw arm," GM Wlf KCrOD n:rlH Jr1' LWI•S:Ma wlnlm 01rt[. COr-60T 1' IMaoalM A(iG ncaDJ•n:1rlr1 I tl.' GTE fMEpblr d MHOW LOMIgt aI rrw (1N AwlN cwtan AM, fOCt-a:ETR dUAKtm GOLE.1• L]Of-]d:3a1}.iri0.a/a• (^ n0f11C n.wf GEE GC,•.:ITA iNnlID GatE.,• T oaG �� Dt•2i :H,I,aI.' fj Y qRM Op 100"t DMn. n = m r.s:Nm stvnrm claE,r % nAYr GrE r.+rA [ow vLMaE oET[c"a o= DGG JOx t< q � m ;2na,ar.• m b Eac3 r:xlr2.11t0.J/+' r- N p r GIE VLNJO'1 £GCr-G:,Ya a,AKlm GdtE. f• m m � � abav ]OSE ::ra.al.• ti fa3f:z+lt,Fm.ar.• _ ,zi, Gn aKMrG rcF•rA:—wrn3 ate— oaG Fae arf.,al.• $ Em1•r:YfA zwnrfo rAnEar.• Fd (LGdAAvr awJAlxv,r/ ncarD-Tt:uF.,, Ira• GTE t/YtT AtlCMa m Ee. ra+aAANr CwrAlNNN) "If SaAE1Y Wilms (DIY AsALm) :Hu,a/.• EM r500fW MwOM1drIIE CdlfNNYfM) EtN (mOtW NN Mtrc cG nN ) H......• EA (w COYINAF 3) EW ISKAWfC As. MIA—) :}.,.,al.' rwrtl0 YAC .�� K,40'0:}Ir.r1G. f•!f.• x2d1 SrOG ,• = FFI (a00tW Mw. ONITAIA ) =HINr•I -� IY~T IS slGl rtrt,0 MN+,-r;rJlClr} r• nCaW-m,Hu., fl.' aY Effl f90FW NRKOXIOE ,NEA) :tF.,a/.' 2 Mi.l•a:tn llr0 r• P, X ^f WEYtCAt AIItM {t EflI (SWIW alaLLfiTE A9FA) ;Hr.,Jt.' m M1+,•J•HI ir00 r• D awrtev. KrtxG Jil r-J,F,: ,• rX En rcrra,c Acm-.wEA, :zd,a.a,.• EIrTaF,a: n EE1f (ARFA a001 :}Ir+, ]!.• ,n raP. AmnlONLL MAT rAfcE r CJRG,Iin K DEEMED REwlAID r 8Y TM MEfT IRlll STETH IXarf—AJ ND AWZIw -1 IF& IAAEA JF) :Hfa.]I.• w !M MAR. EA (COx AK) :tira,Jl.' EA (f00fW MrYALG(TE ARaf, :au,au• EEY fw AAEA) :2/,y]l.• gg s{ IN fflr (CGfMAYf AAEA, f1t.6F 120 YAC Trss LfOE•r6:2a12,F20,al.' W-M ni fJCE aY 2 FFFF 666633s ememl—oxamf ® KCs00•Tbnl•1Mi,daa/.• fw M V [mt•tt:H11.FrG,ala' Y2 O CGMIM1ID lEL0Y ANLI PMY3N0 IKS NA$I&EDSTAN BY V. Y. L,PEA. D SI&M EM &MI A LICENSED KgrEa4VA 0, 2010 IN TIEi afATE aF 7fYAa, P.E. lNYefx asua, ar,fae[wr a, w10 " CITY OF LUBBOCK TEXAS BLACK&VEATCH 1i4 _ o � �� SOUTH WATER TREATMENT PLANT a � � a ELECTRICALPaIWLL9MI1E14 COOP9i a_ PLC.600 ONE -LINE DIAGRAM aEGurnAraN faEase _- },n»+a. uurnie rawAf w awf: m:,,le,leu u:u:,I n. x,,n Avva: Page Intentionally Left Blank* m -�0 � $ a i , Y a II i i • � � i i 1 i FT Liu D I r D ! z oo❑ c i§6 fix:, _�- t - _ J --I Ilk Tu no � I T1I § R r i I-H UYPYy_ � ai I zro all I = CITY OF LUBBOCK, TEXAS 1' 71 g CK.1YEpTCFi 4 it SOUTH WATER TREATMENT PLANT ..r..irra ,a ,a p.rs,oe.s+rmn er nx a. a ELECTRICAL a „n rw a,ueou'aau„r m, a .we A b CHEMICAL FEED AREAM a wo x a:or ur.m,e n:n:a vxne n r.. p LOWER LEVEL POWER PLAN *Page Intentionally Left Blank* g ; A , El D a m D ED mmn TNIt d1Vim ■at oual Y1Y EG[ED AN0 USIND EY W. 0. 10IE1, A UC6Mm /WAMIrdt4 OOr IN TIM irATE OF rEaA4. N.l. NUIM $SIM, UY AM VY S. 2010 § CITY OF LUBBOCK, TEXAS geuLAGcavEpTCH SOUTH WATER TREATMENT PLANT a:I. wgEwaldet�.+wr .,u,. As.ro "„ $ Ja gi r.e►�..,.,..."'° ELECTRICAL �•g� - CHSWZCAL FEED AREA REOISTM,pNMD.ldaO mre aeea FLL s. UPPER LEVEL POWER PLAN ..e9 *Page Intentionally Left Blank* I T Ii = E S I I I L_I_J i I I I I I 1 I k I a _ L I lilt 0 Q IM76 prV1NB Alf Oel6lNLLlY fFAl.m — eIu'm - f. M. IIMfA EEE A UUMM FAVO (M DWNM IN M $TAM W TVAT, P.S.- mxom "in, aN.'l w a. e0,a ¢ a CITY OF LUBBOCK, TEXAS r11 133LACK & VIEATW- Qom O) e -E :_�i � . � g � SOUTH WATER TREATMENT PLANT a.%avw h cam�a. tears«. � Y ELECTRICAL .rs cwersra: ur».•xna�:swaa,sw .=n.r. r«, a• ...sw..a„ , r MISCELLANEOUS ELECTRICAL POIVER PLANS FAPoOeIa. enema coaxer �rtemaaeATwxxra.raso s.,n:iw,»... .rra,»,s area: snu»„ u:»:a. a:»:uw +wirn:rcrs,»,.,.r.. w e.rea n. +rc ww aaa sns ,. *Page Intentionally Left Blank*