Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2009-R0248 - Contract - Siemens Water Technologies - Membrane Filtration System Equipment - 06_23_2009
Resolution No. 2009—RO248 .Tune 23, 2009 Item No. 5.9 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 8968 for procurement of the membrane filtration system equipment for the Lake Alan Henry Water Treatment Plant per RFP No. 09-719-BM, by and between the City of Lubbock and Siemens Water Technologies of Shrewsbury, MA, 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 this 23rd day of June , 2009. TOM MARTIN, MAYOR ATTEST: Rebecca Garza, City Secretary \ APPROVED AS TO CONTENT: /f Aubrey Spears Directok of Water Utilities Thom. Adams, Deputy City Manager APPROVED AS TO FORM: r Chad Weaver, Assistant City Attorney vwv/ccdocs/Chad/Resolutions/RES.Contract-Siemens Water Technologies6.11.09 June 11, 2009 woe" WE CITY Or LUBBOCK . .SPEC'l l- IC-A-Hfi" NS l'(')F :NJl?MURANE YlL"M'Pk C'IiRx,MENT FOR -0 LAKf, AL.AN HENRY WATER TR.E '1`14 Er N, '['.PL N'r FP 'Q9.7.9R M C'nntraet # 8968 L - W�d I FT F LUBBOCK: Am� RFP # 09-719-13M, Addendum # I City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 S http:Hpurchasing.ei.lubbock.tx.us ADDENDUM#1 RFP # 09-719-BM MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT DATE ISSUED: April 28, 2009 CLOSE DATE: May 7, 2009 @ 2:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Offerors' attention is directed to Engineer's ADDENDUM NO. 1, attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas79457 Questions may be faxed to 806-775-2164 or Email to bmacnairrk..mylubbock.us. THANK YOU, CITY OF LUBBOCK Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the otTeror's responsibility to advise the Citv of Lubbock Public Works Contracting Officer if anv language. reouirements, etc.. or anv 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 Public Works Contracting Officer no later than five (5) business clays prior to the proposal close date. A review of such notifications will be made. RFP # 09-719-BM-Ad-1 i, p CITY OF LUBBOCK, TEXAS LAKE ALAN HENRY WATER TREATMENT PLANT MEMBRANE FILTRATION SYSTEM PROCUREMENT rJ RFP # 09-719-BM CONTRACT NO. 8968 ADDENDUM NO. 1 A. SCOPE. This Addendum No. 1 consists of pages AD1-1 through AD1-4 which are to be included in the Contract Documents. B. SPECIFICATIONS. Section 11610 — MULTISTAGE CENTRIFUGAL BLOWERS a. Page 6, Paragraph 2-3, ACCEPTABLE MANUFACTURERS. Modify paragraph as follows: "Blowers shall be manufactured by Gardner Denver, Spencer, Hibon, Continental, or Houston Service Industries." b. Page 9, Paragraph 2-7, BALANCE. Modify paragraph as follows: "All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practicable. Excessive vibrations above the limits specified herein during testing at the manufacturer's shop or in the installed location at the project site 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." C. Page 13, Paragraph 2-9.04.01, Air Flow Indication System. Modify the fourth paragraph as follows: "The surge trip point shall be automatically compensated for changes in ambient temperature by using a resistance temperature detector (RTD) in the inlet pipe. The RTD shall be provided by the blower manufacturer as well as the temperature compensation controls. The RTDs shall be 100 ohm, platinum type, and shall be installed in a NEMA 4 rated termination head." d. Page 17, Paragraph 2-10.03, Impeller Balancing. Modify paragraph as follows: Rotorlmpeller Balancing. feller Rotor assemblies shall be dynamically balanced. Impeller Rotor (City of Lubbock, Texas ) (Lake Alan Henry WTP ) AD1-1 (Membrane Procurement Package ) (161704 ) t I( balancing reports shall be delivered to the ENGINEER at least 10 a days prior to the shipment of the blowers from the manufacturer. 2. Section 11635 — COMPRESSED AIR EQUIPMENT — ROTARY SCREW COMPRESSORS a. Page 1, Paragraph 1-1, SCOPE. Modify first paragraph as follows: "This section covers the furnishing, testing and delivery of compressed air equipment for the Membrane Filtration System (MFS). The compressed air system shall use equipment of the rotary screw compressor type, as specified herein, and shall be provided by the CONTRACTOR as part of the MFS. The compressed air system shall be used for and capable of supplying compressed air for pneumatic actuated valves and membrane integrity testing of the MFS. A separate compressed air blower system shall be provided for air scouring of membranes under another specification section. A common system for air scouring and compressed air uses (pneumatic valve/pump actuation, integrity testing, and/or instrument air) is not acceptable. Furthermore, ntegrity testing shall be separate fForn that for valve or puFRP separate air receivers shall be used for the control air (used for valve or pump actuation or other instrument uses) and process air (used for pressure decay tests). The process air lines shall be provided with automatic valves that close following pressurization of -} the fibers during a membrane integrity test in order to ensure that water from the membranes does not back up into the C... process air line. b. Page 3, Paragraph 1-2.08, Acceptable Manufacturers. Modify this paragraph as follows: ., "Acceptable equipment manufacturers shall be Atlas Copco- or Kaeser, eir ingeFsoll Rand, without exception". C. Paae 7. Paraaraph 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. Under "Air Receiver", modify "Minimum quantity required" as follows: "As a minimum, two Two (2), one (1) for valves valve/pump operation and other instrument uses and one (1) for membrane integrity testing and other aiF supply uses". d. Page 8, Paragraph 2-4.01, Compressors. Modify third paragraph as follows: "Positive pressure lubrication shall be provided. Lubricant shall be provided as recommended by the manufacturer and shall be food - (City of Lubbock, Texas ) (Lake Alan Henry WTP ) AD1-2 (Membrane Procurement Package ) (161704 ) I_ grade if compressed air comes in contact with membranes or potable water. A lubricant filter shall be provided with a 10 micron absolute rating". e. Page 14, Paragraph 2-8.10, Refrigerant Dryers. Add the following sentence as a third paragraph: "Each dryer's inlet air temperature rating shall meet or exceed the compressor package outlet air temperature rating." 3. Section 11636 — POSITIVE DISPLACEMENT BLOWERS a. Paae 6. Paragraph 2-2. ACCEPTABLE MANUFACTURERS. Modify paragraph as follows: "Blowers shall be manufactured by Dresser Roots (2-lobe blowers only), Gardner Denver (2-lobe blowers only), Kaeser (3-lobe blowers only), or Aerzen (3-lobe blowers only), without exception oFequal. b. Page 16, Paragraph 2-9.05, Vibration Detection Systems. Modify first sentence as follows: "If required for the MFS design, sSolid state vibration detection systems shall be furnished and installed to monitor vibration in each blower bearing and motor bearing." C. Page 18, Paragraph 2-11.02, Slip Test. Modify paragraph as follows: "A one (1) psi slip test shall be performed on each blower. The test shall consist of an ASME PTC-9 slip test, with calculations correcting the results to field conditions, to ensure compliance with specifications. Pressure shall be guaranteed with no minus tolerance. Flow and brake horsepower shall be guaranteed +/- 4 percent as long as the motor nameplate rating is not exceeded." 4. Section 13030 — MEMBRANE FILTRATION SYSTEM a. Page 7, Paragraph 1-2.03.h. Delete Paragraph 1-2.03.h in its entirety. b. Page 18, Paragraph 2-1, TABLE 1 — RAW WATER QUALITY. Expand the table's title as follows: "TABLE 1 — RAW WATER QUALITY in mg/L unless otherwise noted'. c. Page 21, Paragraph 2-2.02, Guaranteed Performance Requirements. Under the field "Maximum Instantaneous Flux, not temperature corrected, Encased", replace "Pall UNA-620A/538 ft" with "Pall UNA-620A/538 ft2". d. Page 22, Paragraph 2-2.02, Guaranteed Performance Requirements. Under the field "Maximum Instantaneous Flux, not (City of Lubbock, Texas ) (Lake Alan Henry WTP ) AD1-3 (Membrane Procurement Package ) (161704 ) temperature corrected, Submerged", replace "Siemens S10V/300ft" with "Siemens S10V/300ft2" and remove the underscore mark after "gfd e. Page 33, Paragraph 2-10, AIR SYSTEMS. Modify third paragraph as follows: "Compressed air system equipment shall consist of rotary screw air compressors (including one completely redundant standby unit), mist eliminator, air supply filters, dryers, a minimum of two receivers, regulators, accessories, piping, valves, pneumatic systems, Control Panel, PLC, and 1/0 for instrumentation and controls. testing shall be sepaFate ftem that for valve oF purnp aGtuatien and othell: dnstrument air uses Separate air receivers shall be used for the control air (used for valve or pump actuation or other instrument uses) and process air (used for pressure decay tests). Furthermore, the process air lines shall be provided with automatic valves that close following pressurization of the fibers during a membrane integrity test in order to ensure that water from the membranes does not back up into the process airline. Refer to Section 11635 for detailed compressed air system specifications. Page 35. Add at the center of the page the following sentence: "This page intentionally left blank". g. Page 39. Add the following sentence below the first line: "The rest of this page was intentionally left blank. Proceed to next page for continuation". h. Page 41, list of minimum instrumentation, "Filtrate Temperature" row. Under Installation Location column, change location from "Feed Line" to "Filtrate Line". Page 41, list of minimum instrumentation, "Filtrate pH" row. Change location from "Filtrate Line and Each Membrane Filtration Train" to "Filtrate Line". (City of Lubbock, Texas ) (Lake Alan Henry V TP ) AD1-4 (Membrane Procurement Package ) (161704 ) RFP # 09-719-BM, Addendum # 2 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 littp://purchasiiig.ei.lubbock.Lx.us DATE ISSUED: CLOSE DATE: ADDENDUM # 2 RFP # 09-719-BM MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT May 1, 2009 May 7, 2009 (J�, 2:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. I. A request to extend the proposal date to May 13, 2009 is being considered and will be determined on May 4, 2009. A future addendum will be issued if appropriate at that time. 2. Offerors' attention is directed to Engineer's ADDENDUM NO. 2, attached. 3. Offeror's attention is directed to the following questions and their respective responses: QUESTION: In General Instructions to Offerors, sub -paragraph 13.1, please insert "or 24 months after delivery or which ever comes first" after final acceptance in the last sentence. Also, please insert that the Owner will have the burden of proof that any incidental or consequential damages that may be assessed where the result of Pall's equipment and could not have been avoided through reasonable efforts of the Owners. ANSWER: In response to part one of this question, refer to SPECIFICATIONS Section 13030. In response to part two of this question, No Owner will NOT bear the burden of proof. QUESTION: In General Instructions to Offerors, sub -paragraph 13.2, we understand this clause relates to Y2K and other date related issues in writing program code. We cannot guarantee that date related issues will not occur due to power loss to the system. ANSWER: This is acceptable. OUESTION: In General Instructions to Offerors, sub -paragraph 13.4, we can only accept a cumulative limitation of liability of one times the contract price. ANSWER: Please clarify. QUESTION: In General Conditions of the Agreement, paragraph 12, please insert in the last sentence, after all such tests of the first paragraph "will be specified and detailed in the Contract Documents." ANSWER: Testing is already specified and detailed in the Specifications, Section 01650. We do not understand the problem. RFP # 09-719-BM-Ad-2 RFP # 09-719-BM, Addendum # 2 QUESTION: In General Conditions of the Agreement, paragraph 15, we can only agree to Method B. ANSWER: As stated in the document, Method B is one of the acceptable methods. QUESTION: In General Conditions of the Agreement, paragraph 17, although we have an active safety program, we cannot guarantee compliance with the "Manual of Accident Prevention in Construction". Our contract will be for equipment supply with limited on -site work. ANSWER: The requirement remains as stated. QUESTION: In General Conditions of the Agreement, paragraph 21, please delete the last sentence. ANSWER: No. Requirement remains as published. OUESTION: In General Conditions of the Agreement, paragraph 26, please remove "for the Owner's convenience". In addition please replace "in the sole judgment of the Owner's Representative" with "is reasonable". ANSWER: In response to part one of this question; No, "for the Owner's convenience" remains. In response to part two of this question; "in the sole judgment of the Owner's Representative" IS REPLACED with "is reasonable". QUESTION: In General Conditions of the Agreement, paragraph 30, please insert that the Owner will have the burden of proof that any incidental or consequential damages that are being assessed where the result of our equipment and could not have been avoided through reasonable efforts of the Owners. ANSWER: No, Owner will not have the burden of proof. QUESTION: In General Conditions of the Agreement, paragraph 3 I, please insert "Third party" in front of claims in section B. The claim for any event which would result in the withholding of funds must be submitted to us in writing within 15 days of the occurrence of such event. ANSWER: QUESTION: ANSWER: No, requirement remains as published. In General Conditions of the Agreement, paragraph 32, please delete the last sentence. No, requirement remains as published. RFP # 09-719-BM-Ad-2 2 1 C RFP # 09-719-BM. Addendum # 2 QUESTION: Regarding the waiver to rights of subrogation requirements found in the specifications, we cannot accept a waiver of subrogation as it will not allow recovery of proportional damages as caused by others and as agreed to in the indemnifications section. This applies to the requirements found in the following sections: General Instructions to Offerors, Section 15.1 and 15.2 Certificate of Insurance General Conditions of Agreement, Section 18, paragraph 1 General Conditions of Agreement, Section 18.A, 18.C, and 18.F Special Conditions, Section SC-10. ANSWER: Waiver of Subrogation is not negotiable. Requirement remains. QUESTION: Regarding Section 18, Paragraph I of General Conditions of the Agreement, our insurance policy provides for a 30 day notice of cancellation providing sufficient time to provide replacement insurance coverage as required by the contract. ANSWER: In the General Conditions of the Agreement, Section 18, CONTRACTOR'S INSURANCE, paragraph I second sentence is CHANGED to read "Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided NOT LESS THAN ten (10) calendar days in advance of cancellation or change." OUESTION: We are unable to meet the insurance requirement to provide that all insurers are authorized to do business in the State of Texas. All liability insurance provided by us will provide coverage in the State of Texas, but the product liability policy is written by a non -admitted insurer. This applies to the following sections of the specifications: General Instructions to Offerors, Section 15.1 General Conditions of Agreement, Section 18, paragraph I and 2 ANSWER: A company with an A+ rating will be accepted for this. QUESTION: Regarding Section 17, Paragraph I of the General Conditions of the Agreement, our liability insurance cannot cover all obligations listed under Owner's indemnity clause. Items in Owner's indemnity clause not covered by our liability insurance will be covered by the performance bond or by our obligation to the City, as appropriate. All obligations listed under Owner's indemnity clause are therefore covered by one of these three contingencies, whichever is appropriate to address the incident. ANSWER: That is what the City believes the requirement states. RFP # 09-719-BM-Ad-2 1 RFP # 09-719-BM. Addendum # 2 All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to 806-775-2164 or Email to bmacnair(a'mylubbock.us. THANK YOU, CITY OF LUBBOCK 861m ;W 011 a . Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. it shall be the ofleror's responsibility to advise the City of Lubbock Public Works Contracting Officer 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 Public Works Contracting Officer no later than live (5) business days prior to the proposal close date. A review of such notifications will be made. RFP # 09-719-BM-Ad-2 4 CITY OF LUBBOCK, TEXAS LAKE ALAN HENRY WATER TREATMENT PLANT MEMBRANE FILTRATION SYSTEM PROCUREMENT RFP # 09-719-BM CONTRACT NO.8968 ADDENDUM NO.2 A. SCOPE. This Addendum No. 1 consists of pages AD2-1 through AD2-9 which are to be included in the Contract Documents. B. SPECIFICATIONS. Section 00800 — SPECIAL CONDITIONS a. Page 3, Paragraph SC-2, CONTRACT AND SUBCONTRACT. Modify second paragraph in Page 3 as follows: "Within a period of time not to exceed 400 calendar days from the receipt of the membrane supplier proposals, the Supplier shall enter into a written subcontract with the CONSTRUCTION CONTRACTOR for the Stage 11 and III work (Base Proposal, Item 2) and Additive Proposal Item A2, if selected by the City. The membrane Supplier shall hold the bid price for a c in+r 9f up to 400 calendar days." b. Page 3, Paragraph SC-4, TIME AND ORDER FOR COMPLETION. Modify "Milestone Date" of Stage I Item 3 as follows: "Within 44 30 days after receipt of review comments from Engineer on Second Technical Submittal." 2. Section 01650 — STARTUP AND TESTING REQUIREMENTS a. Page 6, Paragraph 7-5, System Demonstration Testing. Modify second paragraph as follows: "The demonstration testing will be utilized to demonstrate proper function of all membrane system components prior to performance testing. After successful completion of the 72 hour uninterrupted period, the CONTRACTOR shall perform a clean -in -place procedure on each train or skid unit. All pneumatic or electric - actuated valves, instrumentation devices, and equipment must operate continually throughout the demonstration testing period. If a failure occurs with any equipment, valve, instrumentation or other control device, a GRe-hou repair/replace period shall be allowed as (City of Lubbock. Texas ) i_ (Lake Alan Henry WTP ) AD2-1 (Membrane Procurement Package ) (161704 ) 1` t-_ long as the system is not in shut -down. However, the test shall E immediately be stopped and the problem corrected if the system - has shutdown, or three or more components have failed. Once the problem is resolved, the test shall restart for another 72-hour period. Demonstration testing will continue until the entire membrane system and its components have operated for a minimum of 72 hours uninterrupted. Demonstration testing shall kI commence on a Monday or Tuesday. All SCADA coordination issues and trending requirements shall be worked out so that they are tested during this period." 3. Section 01660 —TRAINING REQUIREMENTS a. Page 5, Paragraph 2.02, Instruction Lesson Plan, Outline of Instruction Lesson Plan — Programming, HMI Software. Delete 7tn bullet (i.e., " ."). 4. Section 11115 — HORIZONTAL END SUCTION CENTRIFUGAL PUMPS a. Page 5, Paragraph 2-4. MATERIALS. Add the following sentence at the end of this paragraph: "Replacement of cast iron components with 316 SS will be considered at the sole option of OWNER/ENGINEER if adequate supporting information is provided by CONTRACTOR as part of his technical submittals." b. Page 8, Paragraph 2-8. SHOP TESTS. Modify second paragraph as follows: "The pumping unit shall be shop tested with the motor to be installed in the work. For pumping units with adjustable frequency drives, the wire -to -water efficiency test shall include the adjustable frequency drive (and transformers if supplied with the adjustable frequency drive) to be installed in the work. At the CONTRACTOR's option, equal pumping units for a given service may be tested with only one motor (and adjustable frequency drive if required) provided that certffed motor (and adjustable frequency drive) efficiency data for all motors (and adjustable frequency drives) is submitted by CONTRACTOR." 5. Section 11636 — POSITIVE DISPLACEMENT BLOWERS I_ a. Page 14, Paragraph 2-9.03, Blower Control Panel. Modify first paragraph as follows: "Each blower shall be furnished with a blower control panel. The blower control panel shall be furnished with all gauges, relays, pilot devices, indicators, etc., required to monitor and shutdown its respective blower for the following conditions: high discharge air temperature, high discharge (City of Lubbock, Texas ) t (Lake Alan Henry WTP ) AD2-2 (Membrane Procurement Package ) (161704 ) ' pressure, and high differential pressure across intake filter. In 6. Section 11727 — LIQUID CHEMICAL FEED EQUIPMENT a. Page 14, Paragraph 2-3, DAY TANKS/TOTES. Modify first paragraph as follows: "CONTRACTOR shall furnish a chemical day tank for storage of sodium hypochlorite. This chemical will be transferred from a bulk storage tank (by others) by a chemical transfer pump (by others). The sodium hypochlorite day tank will be located approximately 100 feet from the membrane room and shall be fiberglass reinforced plastic as specified in Sections 13030 and 13190. At the CONTRACTOR's option, the sodium hypochlorite day tank may be a polyethylene tank with integrally molded inlet and outlet sittings, as manufactured by Poly Processing Company or Snyder Industries, without exception. " 7. Section 13030 — MEMBRANE FILTRATION SYSTEM a. Page 1, Paragraph 1-1.a. Modify paragraph as follows: "Encased or immersed MFS trains to produce the net filtrate production capacity including all membrane modules, all train piping internal to each membrane filtration unit, all internal valves, all external valves including those required to be automatically controlled by the system, analytical equipment, instrumentation devices, Programmable Logic Controller/Operator Interface Terminal (PLC/OIT)-based control system, pipes internal or integral to CONTRACTOR -provided equipment skids, and accessories, and, if necessary for a complete operating system, excess recirculation feed pumps and/or drain/recirculation pumps." b. Page 6, Paragraph 1-2.03.d. Modify second paragraph on Page 6 as follows: "The MFS shall be programmed and operable such that the neither integrity testing; nor backwashing washing of two or more trains does not occur concurrently and such that only one maintenance wash cycle occurs within any 8 hour period (which shall be an operator adjustable setpoint with a range of at least 2 to 24 hours). If either integrity testing or backwashing of a train will occur concurrently with maintenance washing of another train, CONTRACTOR shall submit with his Proposal the anticipated equalization volume (to be provided by CONSTRUCTION CONTRACTOR) that will (City of Lubbock, Texas ) (Lake Alan Henry WTP ) AD2-3 (Membrane Procurement Package ) (161704 j be required upstream of the MFS to hold pretreated water during the time the above two trains are off line." C. Page 10, Paragraph 1-3.02.c.(3). Modify second paragraph of Item (3) as follows: "If a module requires repair, by pinning or other methods, on more than three (3) occassions in any three (3) month period or more than six (6) occassions in any twelve month period after commencement of the module warranty period, then the module shall be considered defective. A fiber is deemed to require repair if the air hold test does not demonstrate 4-log removal and it visibly (aneVorsonically) is shown to leaks air during air hold test." d. Page 10, Paragraph 1-3.02.c.(4). Modify paragraph as follows: "If for an entire train (skid, cell, etc.) more than 29 25 percent of the modules must be iselated-er repaired in any three (3) month period in order to achieve at least 4-log removal, then the CONTRACTOR shall correct the integrity through quarterly service visits conducting fiber repairs at no cost to the OWNER until the system maintains 4-log removal for two (2) consecutive three (3) month periods (quarters) without requiring over 25 percent of the modules to be repaired in any of these quarters. Because the problem may be correctable by modifying the equipment, such as the programming or valve timing, the CONTRACTOR shall have the option to propose an alternative solution, other than replacin@ Medeles conducting fiber repairs, to the OWNER. The CONTRACTOR shall have up to 40 calendar days from initial notification by the OWNER of the problem." e. Page 12, Paragraph 1-3.06, Chemical Usage Guarantee. Modify first paragraph as follows: "The MFS shall not consume more than the chemical usage proposed by the CONTRACTOR on the Proposal Form, averaged over any 12 month period of operations and normalized to the ratio of number of trains running divided by total number of trains (based on an average of daily operations)." Page 17, Paragraph 1-5, SPARE PARTS AND SPECIAL TOOLS. Modify last item of this paragraph as follows: (City of Lubbock, Texas ) (Lake Alan Henry WTP ) AD24 (Membrane Procurement Package ) (161704 ) "For each type of input/output 2 1 complete 1/0 cards point used in the control each type), 2 1 network system interface cards (each type), 2 1 power supply cards A (each type), 2 1 PLC processor cards (each type)." g. Page 22, Paragraph 2-2.03, Pressures. Add the following statement at the end of first paragraph: "For the purpose of proposal evaluation and related calculations, energy consumption values due to TMP shall be based on feed flow at a pressure equal to the average, (X + 1)/2, of the clean TMP and the TMP at which CIP shall be conducted, plus a pressure in the filtrate header based on a HGL elevation at this header of 3,177. h. Page 26, Paragraph 2-5.05, System Integrity. Modify first sentence of second paragraph as follows: "After the air -pressure -hold test has been selected, the system shall automatically conduct the test, apply a set point air pressure (±-psig) to the filtrate side of the fibers, and then shut off the air supply, monitoring the pressure as a function of time." Page 29, Paragraph 2-7.06, Electric -Hydraulic Actuators. Modify paragraph as follows: " if required for MFS operation, A4 membrane filtration system modulating valves shall be provided with electro-hydraulic modulating valve actuators as specified." Page 34, Paragraph 2-12.01, Panel Construction. Modify first paragraph as follows: "All panels provided with the membrane system shall be NEMA Type 4X Type 316 stainless steel if they are installed in the membrane room or other non - environmentally controlled areas. At the CONTRACTOR's option, panels that can be Installed in a separate, temperature - controlled room without adversely Impacting MFS operation may be NEMA 12, painted carbon steel. Welds, seams, and edges on all exposed surfaces shall be ground smooth. Enclosures shall be suitable for wall mounting." k. Page 37, Paragraph 2-13,01, Controls. Modify the last sentence of the second paragraph as follows: "If the redundant/hot-standby master PLC is utilized, then only a single OIT/HMI workstation shall be required installed flush mounted on the enclosure door to provide diagnostic information and control for MFS equipment. (City of Lubbock, Texas (Lake Alan Henry WTP (Membrane Procurement Package (161704 f� a AD2-5 r I. Page 54, Paragraph 2-13.06, Operator Interface. Modify first paragraph as follows: "Each train 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. If the CONTRACTOR elects to use a master control panel with redundant/hot-standby PI -Cs in lieu of distributed PI -Cs, then individual OITs located on each train shall not be required. If this latter option is selected by the CONTRACTOR, a single OIT station shall be provided for interfacing with the nedundantlhot-standby master PLCs. At the CONTRACTOR's option, an HMI station may be provided in lieu of the master O/T station if required by the MFS. The 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 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. 8. Section 13500 — INSTRUMENTATION AND CONTROL SYSTEM a. Page 1, Paragraph 1-1.01, Related Sections. Add the following sections, which are attached at the end of this addendum document: Section 13510 Computer System Hardware Section 13520 Computer System Software Section 13550 Software Control Block Descriptions b. Page 2, Paragraph 1-2.04, Coordination. Insert the following text after the first paragraph, which ends with "... with other parts of the plant": "The CONTRACTOR shall assume each hardwired UO point monitored by the MFS control system shall be shared with the PCS via direct polling of the MFS master PLC. An operator shall be able to monitor all monitoring and status points, including all alarms. In addition, all monitoring and control (City of Lubbock, Texas ) (Lake Alan Henry wTP ) AD2-6 (Membrane Procurement Package ) (161704 ) points shall be duplicated via the PCS to provide operators the same ability to monitor, control, and adjust setpoints at a remote PCS workstation as would be available at the MFS HMI workstation. Prior to the start of any programming the MFS's PLC programmer or a representative of the filter manufacturer shall attend the initial configuration review meeting to be coordinated with the System Supplier and to be held at the OWNER'S facility. This meeting shall establish the configuration standards and conventions to be utilized by OEM suppliers and the PCS. Graphic screen development, address usage/naming conventions and report format standards shall be established as part of this meeting. Additionally during these meetings data to be shared with the PCS from the MFS PLC shall be idendfled and data sharing procedures, address locations, and communications protocols shall be established. These standards include as a minimum tag naming requirements, programming documentation requirements, graphic layout requirements, interface behavior requirements and operator security requirements. The CONTRACTOR shall be responsible for complying with all OWNER'S programming standards presented at or before the meeting and the CONTRACTOR shall be required to comply with all OWNER requests for coordination with other concurrent programming et%rts. The CONTRACTOR shall document the results of the meeting and provide the document for review and written approval of OWNER prior to the start of any programming." Pages 2 and 3. Paragraph 1-2.05, SCADA System Plan. Change each reference to "OIT" to read "HMUOIT'. d. Pages 15 and 16, Paragraph 3-2.02, Graphic Screen Displays. Change each reference to "OIT" to read "HMUOIT'. e. Page 18, Paragraph 3-2.05, Programming Coordination Meetings. Modify 1st paragraph as follows: "A technical software programmer representative of the MFS manufacturer shall attend a minimum of three software coordination meetings at the Owner's facilities, to discuss and review the software coordination issues. The plant System Supplier will issue a "Software Configuration Standards and Conventions" document as described previously or verbally communicate those standards and conventions during the meeting to be used as a guide in programming the MFS PLC, HMI, and OIT } (City of Lubbock, Texas ) (Lake Alan Henry WTP } AD2-7 (Membrane Procurement Package } (161704 } software. An initial meeting will take place before any software configuration commences." Page 20, Paragraph 3-4, TESTING. Modify all references to "OIT" to read "HMI'. 9. Section 13530 — PROGRAMMABLE LOGIC CONTROLLERS a. Page 9, Paragraph 2-4.02, Communications Hardware. Modify paragraph as follows: "The CONTRACTOR shall provide all necessary communications hardware. Hardware shall be included for, but not be limited to, the following items as required: remote 1/0, data highway, host computer, fiber optics, Ethernet, orand radio." 10. Section 15064 — STAINLESS STEEL PIPE, TUBING, AND ACCESORIES a. Page 1, Paragraph 1-1, SCOPE. Modify second paragraph as follows: WFS piping shall be designed to meet the flow and pressure requirements determined by the CONTRACTOR. In no case shall the pipe velocity exceed 4,0 12 feet per second. This velocity requirement Includes, but is not necessarily limited to, pipe velocities associated with a membrane flux of up to 155 percent of the Maximum Instantaneous Flux specked in Section 13030." 11. Section 15068 — HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE a. Page 1, Paragraph 1-1, SCOPE. Modify second paragraph as follows: WFS piping shall be designed to meet the flow and pressure requirements determined by the CONTRACTOR. In no case shall the pipe velocity exceed 7 10 feet per second. This velocity requirement includes, but is not necessarily limited to, pipe velocities associated with a membrane flux of up to 155 percent of the Maximum Instantaneous Flux specified in Section 13030." 12. Section 15095 — SOLENOID VALVES a. Page 3, Para -graph 2-2.01, Manual Operators. Modify paragraph as follows: "Valves Not used. (City of Lubbock, Texas ) (Lake Alan Henry WTP ) AD2-8 (Membrane Procurement Package ) (161704 ) 13. Section 15180 — VALVE AND GATE ACTUATORS a. Page 9, Paragraph 2-11, ELECTRO-HYDRAULIC ACTUATORS. Modify first sentence of paragraph as follows: "If required for MFS operations, All membrane filtration system modulating valves shall be provided with electro-hydraulic modulating valve actuators." 14. Section 16150 —ADJUSTABLE FREQUENCY DRIVES a. Page 7, Paragraph 1-3.02, Eighteen -Pulse Drives. Modify paragraph as follows: "Not-W6ed Each drive, for motors rated 100 horsepower and above, shall be of the pulse width modulated type and shall consist of an 18 pulse, full -wave diode or gated open SCR bridge. The rectifier shall convert incoming fixed voltage and fixed frequency to a fixed do voltage. The pulse -width modulation technology shall be of the space vector type, implemented in a microprocessor that generates a sine -coded output voltage. The phase shifting transformer required to produce the phase shifted input to the 18 pulse rectifier shall be factory wired and mounted within the drive enclosure as an integral part of the drive assembly. External transformers shall not be required. The AFD inverter output shall be generated by insulated gate bipolar transistors (IGBT) which shall be controlled by six identical base driver circuits. The AFD shall not induce excessive power losses in the motor. The worst case RMS motor line current measured at rated speed, torque, and voltage shall not exceed 1.05 times the rated RMS motor current for pure sine wave operation." :t t........... ..... :...� •NORWR. JRGELS i ...t....................... 9792S Its sTf N L� %9 (City of Lubbock, Texas (Lake Alan Henry WTP (Membrane Procurement Package (161704 A02-9 Section 13510 COMPUTER SYSTEM HARDWARE PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of standard computer system hardware fully configured to work with the software specified in the computer system software section 13520. Principal items of the computer and peripheral hardware to be furnished are specified or are indicated on the control system block diagram on the drawings. CONTRACTOR shall furnish all necessary interconnecting cables, accessories, and appurtenances as well as additional computer or peripheral hardware required for proper operation and to meet the functional requirements indicated on the drawings and specified herein. All equipment shall be capable of tolerating and "riding through" a power interruption of 8 milliseconds or less without interruption of normal operation. 1-1.02. Control System. Section 13500 Instrumentation and Control System shall apply to all computer hardware furnished under this section. 1-2. GENERAL. Equipment 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 and materials furnished under this section. if requirements in this specification differ from those in the General Equipment Stipulations, the requirements specified herein shall take precedence. 1-3. SUBMITTALS. Submittals shall be as specified in the Instrumentation and Control System section . 1-4. DELIVERY STORAGE AND SHIPPING. Delivery, storage and shipping shall be as specified in the Instrumentation and Control System section. PART 2 - PRODUCTS (City of Lubbock, Texas ) 13510 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 2-1. SYSTEM COMPUTERS. CONTRACTOR shall ensure that all computers are configured to operate properly with all software, input/output devices, and peripherals supplied. 2-1.01. Server Computers. Not used. 2-1.02. Workstation Computers. Each Workstation Computer shall be comprised of the following configuration. This configuration is to be provided as a minimum: Processor type. Quad Core (Intel Xeon) or AMD Opteron Processor speed. 2.5 Ghz Monitor type. Flat Panel LCDI Monitor size. 21 inch Memory size (RAM). 4 GB Manufacturer. DellHewlett Packard/Compaq 250 GB hard drive. Single CPU. Two CD/DVD ROM. 256 MB AGP video card. 2X6 MB L2 Cache. Two 10/100/1000 Mbps RJ-45 connectivity Ethernet cards. Scroll mouse. Standard Windows keyboard. 2 Serial Ports standard. 1 Parallel Ports standard. 4 USB Ports Sound Card and speakers. 2-1.02.01. Magnetic Storage Device. Not used. 2-1.02.02. CD-RW/DVD Drive. The CD-RW (read/write)/DVD drives shall be supplied and shall be capable of Orange Book standard with a minimum of 32x read and 8x record and of playing DVD disks. CD-RW/DVD drive shall be manufactured by HP, Sony, Panasonic or equal. CD-RW/DVD drives shall be supplied with spare disks. (City of Lubbock, Texas ) 13510 (Lake Alan Henry WTP ) -2- } (Membrane Procurement Package) r a. (161704 2-1.03. Notebook Computer. Not used. 2-2. SYSTEM PRINTERS. 2-2.01. Alarms and Events Printers. Not used. 2-2.02. Report Printer. Not used. 2-2.03. Color Graphics Printer. Not used. PART 3 - EXECUTION 3-1. INSTALLATION REQUIREMENTS. Installation, field check, testing and training shall be as described in the Instrumentation and Control System section. End of Section (City of Lubbock, Texas ) 13510 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 Section 13520 COMPUTER SYSTEM SOFTWARE PART 1 - GENERAL 1-1. SCOPE. This section covers computer system software to be furnished and installed by the CONTRACTOR on the MFS control hardware listed in another section. The CONTRACTOR shall furnish standard, field proven, fully debugged and supported software packages for this application with a minimum of additions or changes. Customized or specially written software shall be furnished only if required to meet all functional requirements specified herein. Software is described in functional categories. The CONTRACTOR shall furnish a complete software package including the functional requirements specified, along with any additional software required for proper and efficient operation of the system. No attempt has been made to list all software or all characteristics of software required by the CONTRACTOR to meet the functional requirements specified, nor to determine the location of the software modules within the system. The computer control software shall meet the design conditions and performance. 1-1.01. MFS Control System. Section 13500 "Instrumentation and Control System" shall apply to all software furnished under this section_ 1-2. GENERAL. Software - activities, allowing the MFS interactive operator interface. packages shall control the MFS process control process to be monitored and controlled through an 1-2.01. Interface. Users shall be able to interface to all MFS process control activities through fully interactive software modules initiated and operated using the OWNER'S standard icons or custom symbols or driven by full -screen and pull -down menus. Selection of icons or menus shall be through pointing devices and shall not normally require the use of an alphanumeric keyboard. Systems that require the use of typed commands to move from module to module or from display to display are not acceptable. 3 (City of Lubbock, Texas ) 13520 (Lake Alan Henry VVTP ) -1- (Membrane Procurement Package) (161704 ) 1-2.02. Version. All programs shall be the latest version commercially available at the time the system is delivered to OWNER. Superseded versions, revisions, or releases are not acceptable. 1-2.03. Configuration. All programs shall be self -configuring to obtain the size = and configuration of the system from parameters contained in the various files created during system generation. No parameters related to the hardware configuration shall be hard coded into any of the software. 1-3. SUBMITTALS. In addition to the requirements of the Instrumentation and Control System section, a complete description of the software packages and modules shall be submitted to verify compliance with this section. 1-4. DELIVERY AND SHIPPING. Delivery and shipping shall be as in the Instrumentation and Control System section. PART 2 — PRODUCTS 2-1. OPERATING SYSTEM SOFTWARE. Operating system software shall be as required and shall include a complete and unmodified operating system that provides system level functions. A Graphical User Interface (GUI) shall also be provided to enhance the usability of the operating system. 2-2. MFS PROCESS CONTROL SYSTEM APPLICATION SOFTWARE. MFS process control software shall enable the operator to monitor and control field devices connected to PLCs, RTUs, or other input/output hardware. The process control system application software shall meet the following minimum requirements and shall exceed these requirements where necessary to comply with the functional requirements of the project. A license shall be issued for each machine loaded with process control software. 2-2.01. Approved Software. The MFS process control system application software shall be Wonderware Factory Suite, GE FANUC Automation Proficy- iFIX, or equal. 2-2.02. Password Protection. Operator access within the control system software shall be controllable through a password -based security scheme. Operators shall be assigned their own user account and password. Nine levels of security protection shall be provided. Each system display, database block, control action, and software module shall be assigned its own security levels and shall be inaccessible to users without proper security clearance. After initial creation, passwords shall be field alterable, but only by the assigned user or a system administrator. (City of Lubbock, Texas ) 13520 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) .i 2-2.03. System Response. All responses to the operator shall be clear, unambiguous, and complete. Every operator menu, target selection, or request shall generate a response providing the range of choices for the next step in the process, or indicating that the request or chosen operation has been completed, is being processed, or cannot be performed. Every operator menu or target pick shall generate a graphic or text message response, even if it is a negative one. 2-2.04. Interactive Software Commands. The software's interactive command structures, user interface, menu organization, and procedures shall be consistent and predictable for all software modules throughout the system. Similar operations shall be performed in a similar manner, so that an operator will not need to learn different techniques for initiating the same operation in different software modules. 2-2.05. Operator Commands. The software shall accept each operator command or selection, decode it, and check its validity and correctness in the sequence of data and operations previously presented. Invalid or incorrect commands or menu selections shall not be processed; instead, a message shall be generated which explains why the command or menu selection is invalid. When a command or selection is canceled prior to being fully processed, the software shall clear all pending sequences and shall not initiate any system control commands. 2-2.06. Database. The software shall include a comprehensive interactive database system for creating, sorting, editing, and monitoring all process inputs and outputs and internally used variables and control blocks. The system shall request, receive, process, and store all real-time data according to the information contained in the database. Database points shall be enabled or disabled individually at any time by an operator working at the proper security level. All internal database point information shall be accessible to other external database software applications through ODBC export of comma separated value direct SQL commands. 2-2.07. Interactive Database Editor. An interactive database editor software module shall be provided for creation, inspection, and modification of database entries. Modification, addition, or deletion of database information shall not require direct changes to the program source code. Changes made in the database contents or formatting shall automatically update all locations at which the information is stored or used. 2-2.08. Custom Algorithms. The software shall enable the users to create their own custom algorithms or command sequences through accessing database points, internal pseudo -point variables, math and logic comparisons, and standard system functions. Each algorithm and command sequence shall run independently and shall be configurable to be executed on demand, based upon an event or condition, on a timed -interval, or at a set time of day. (City of Lubbock, Texas ) 13520 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) 2-2.09. Programming Language. A programming -type language or environment shall be considered acceptable if it is integrated into the base control system software product; if any compilers, drivers, and other necessary software modules are either included with the base software or supplied and configured by CONTRACTOR; if technical support is provided directly by the control software vendor; and if all control system database points and variables are accessible to the programmer. IJ 2-2.10. Alarm Processing. Alarm processing software shall be provided to , recognize and report alarms to the operator in an organized, unambiguous, clear, and convenient manner. Alarms shall be classified into at least five priority levels and at least two independent classes. System events shall be considered alarms classified by their own specific priority or class. All alarms generated by the membrane control system shall be communicated to the plant control system to alert the operators and for alarm logging. 2-2.10.01. Alarms. Alarm processing software shall generate alarms for at least the following conditions. Discrete or input output change of state if defined as an alarm in the- P p 9 database. Analog value exceeding the alarm limits defined in the database. Analog rate of change exceeding the limits defined in the database. Failure of any process input/output hardware, communications link, or other major hardware component. 2-2.10.02. Acknowledgment. Alarms shall be generated as they occur and shall not be cleared until they have been acknowledged and conditions have returned to normal. 2-2.10.03. Alarm Summary Display. An alarm summary display shall be provided which lists at least 100 of the most recent alarms in all classes, with the most recent alarm listed first. Alarms shall appear flashing or in a unique color until they are acknowledged by the operator. Alarms of different priorities shall be easily distinguished on all alarm displays through the use of unique colors or similar methods. 2-2.10.04. Alarm Logging. Alarm logs shall constitute a hard -copy record and a soft -copy record saved in the historical database of all alarms, events, and significant operator actions. Alarm displays and alarm log entries shall include the date and time that the alarm was detected, the tag name and description of the alarmed point, and an entry describing the nature of the alarm. Alarms shall be transmitted to the plant control system to be logged on an alarm and event printer and saved in the historical database as they occur. (City of Lubbock, Texas ) 13520 (Lake Alan Henry WTP } -4- (Membrane Procurement Package) (161704 ) 2-2.10.05. Responses to Alarms. An audible alarm shall sound at the operator's console at each occurrence of a new alarm event. The audible alarm shall be silenced when it is acknowledged by the operator. The audible alarm shall use an external sound system, such as a sound card and external speakers. 2-2.10.06. Alarm Enabling. Alarms originating from database entries such as discrete change of state or analog limit violations shall be enabled or disabled on a point -by -point basis. 2-2.10.07. Alarm Notification Software. Not used. 2-2.11. Operator Interface. System software shall be suitable for creation and modification of alphanumeric and graphic displays and linking of dynamic fields to database variables. 2-2.12. System Storage. The system shall be capable of storing and utilizing 200 full -screen user displays and pop-up windows, each containing any number of the following components. Static and dynamic alphanumeric information. Static and dynamic or object -based graphics. Dynamic bar graph displays. Dynamic analog real-time and historical trends displays. Static and dynamic bitmap (Windows .BMP compatible) graphics. 2-2.13. Component and Configuration Information. The software shall enable the user to reuse components and configuration information from any screen or pop-up window with or without modification. All configuration information shall be displayed in any of 256 colors, flashing or non -flashing. Dynamic fields shall change color or from flashing to non -flashing and back in response to a change in value, state, or alarm condition of the linked variable. Dynamic objects linked to process inputs and outputs shall be capable of displaying at least three equipment states, such as on/off/alarm for pumps, or open/close/intermediate for valves. 2-2.14. Communications. System software shall support communications among computers and PLCs as specified herein. The CONTRACTOR shall be responsible for any device driver development required to support the communications indicated. See Section 13030 for communications requirements. (City of Lubbock, Texas ) 13520 (Lake Alan Henry VVTP ) -5- (Membrane Procurement Package) (161704 ) S _? (i 2-2.14.01. Data Retrieval and Transmission. The software shall retrieve and send data from and to all remote field devices. The software shall perform all required error checking to ensure the validity of all data transactions and proper completion of the scan sequence. All communication system malfunctions, #f including "no response", shall be reported to the system as alarms. Re- transmission shall be utilized to correct or overcome communication errors. 2-2.14.02. Communications Driver. The software shall be supplied with communications drivers capable of communicating with any existing remote field devices indicated on the drawings as well as all software input/output drivers required to communicate with all field devices and system hardware that are furnished as part of the control system. Network communications drivers shall be provided for notification and alarming of SNMP compliant devices, such switches and routers. Drivers shall be OPC to SNMP drivers. Generic OPC drivers shall be provided for the HMI software are required. Drivers shall be Kepware, Matricon, or equal 2-3. SOFTWARE DOCUMENTATION. The CONTRACTOR shall relinquish all documentation supplied with the software furnished, such as user manuals, programmer guides, reference cards or keyboard templates, and related materials. In addition, the CONTRACTOR shall generate and submit to OWNER and ENGINEER written documentation of any configuration work, modifications of the system, or setup of software done before or after installation of equipment on the site. Documentation shall be electronic & hard copy. This includes any and all information on the development of any "wizards" or "scripts" created for the use in this project. 2-4. PLC SOFTWARE. The CONTRACTOR shall provide and install the manufacturer recommended software for programming the PLC's selected as the standard for this project. The requirements for PLC software are specified in the Programmable Logic Controller section (13530). 2-5. EXTENDED SUPPORT OR WARRANTY. The process control system software shall include the extended or comprehensive support service of the manufacturer. The service shall include all software updates and phone and personal support when needed. The service shall be for a period of one year after final acceptance and shall cover all software packages supplied under this contract. 2-6. TRAINING SERVICES. Training requirements are specified in the Instrumentation and Control System section. (City of Lubbock, Texas ) 13520 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) N PART 3 - EXECUTION 3-1. INSTALLATION REQUIREMENTS. The CONTRACTOR shall install the t. process control software on the control system hardware specified in another section. 3-1.01. Configuration. The CONTRACTOR shall install and properly configure any supplemental programs, modules, and software packages necessary to meet the functional requirements of the project as described in the Instrumentation and Control System and Software Control Block Description sections. 3-1.02. Quantity. The CONTRACTOR shall install a full development software package on the operator workstation and a runtime software packages, on each additional operator workstation included as part of the MFS control system. End of Section (City of Lubbock, Texas ) 13520 (Lake Alan Henry V TP ) -7- (Membrane Procurement Package) (161704 ) Section 13550 SOFTWARE CONTROL BLOCK DESCRIPTIONS PART 1 - GENERAL 1-1. SCOPE. This section provides the preliminary functional descriptions of the PLC and computer software requirements for the MFS computer control system. These descriptions are intended to provide an overview of the operating concept of the plant process equipment rather than describing in detail every operating feature or interlock. All functional requirements shall be verified at the design standards meeting outlined in Section 13500. 1-1.01. Control System. The Instrumentation and Control System section shall apply to all systems described in this section. PART 2 — PRODUCTS 2-1. GENERAL. The descriptions are applicable to the software specified in Section 13520, Computer System Software and Section 13530, Programmable Logic Controller. PART 3 - EXECUTION 3-1. PLC PROGRAMMING FUNCTIONAL REQUIREMENTS. The following paragraphs describe general configuration tasks that are required for the system PLC(s). These tasks shall be programmed in any applicable PLC. Each PLC may have multiple instances of each of these tasks, or may have no instances of some or all of these tasks. The input/output lists (located in these documents as specified in the Instrumentation and Control System section) and detailed equipment control descriptions (included herein) should be referenced to determine the requirements for each PLC. PI -Cs should be programmed in a manner that provides optimum reliability, security, and ease of use for maintenance. Every data object/variable and program file shall be fully documented with descriptive text to be used as a troubleshooting aid. Programming methods used for the PLC shall make use of standard blocks and routines and custom defined blocks for each 10 type. The use of user defined data type files (arrays) is required for all components, i.e. pumps should have a data file type, valves a file type, etc. Standard ladder logic and function blocks shall be used for programming methods, with logic for repetitive devices to be standardized and reused for each instance. (City of Lubbock, Texas ) 13550 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) 0 Scaling and alarming of process values shall be performed primarily in the PLC not the HMI; HMI should be used for operator interface and reporting purposes only. Loss of the HMI/SCADA systems shall not impede normal functioning of any PLC logic. The following paragraphs cover functional requirements of the software, which are generic and may or may not be related to any specific control loop. 3-1.01. Available Process Values. All PLC -generated process alarm, equipment status, and process variable values shall be available at any operator workstation, including operator workstations that are part of the plant control system. 3-1.02. Flow Values. Totalized flow values shall be stored in the PLC in retentive registers so the values displayed on the HMI computers and on the field processor will be identical. Totalized values will be stored for hourly, shift, daily, weekly, monthly, and yearly flows for both current period and last period. Means to reset the totalized values in the PLC back to Zero or an operator input preset value entered from the HMI shall be provided for each register. These totalized values shall also be stored at the HMI level through the historical software packages as defined per specifications, (example InSQL.). 3-1.03. System Failure. Failure of a PLC shall result in safe shutdown of associated process equipment. Interposing relays shall be provided where required to assure that equipment will revert to its fail-safe condition. Failure of any PLC or its communication shall be alarmed on the HMI computer. Each PLC on the network shall be monitored by the HMI for status, communications, faults, etc. Diagnostic screens shall be created at the HMI for each of these PLCs, these screens should represent the pertinent data from the PLCs internal status register file. Also status of any communication links and message blocks between PLCs, 10 racks, ControlNet, or Ethernet communication drops should be monitored and alarmed, along with appropriate diagnostics screens at the HMI for each of these'. 3-1.04. HMI Computers. The system, not as a controller, fo download set points and other HMI computers shall function the process equipment. The information to the PLCs, and perform all control algorithms, so a temporary will not disrupt plant control. as a monitoring computer shall the PLCs shall rauure of the any HMI computer 3-1.05. Rack/Module Configuration. The rack and module definitions for each PLC, as well as the PLC communications configuration shall be completely configured to allow proper addressing of all field connected 1/0 points. This shall include configuration of any remote input/output (RIO) racks. (City of Lubbock, Texas ) 13550 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) 3-1.06. PLC Database Definition. The PLC database will include both field 1/0 points and internally generated points required for programming. All field 1/0 points and internal programming points shall be fully defined according to database naming conventions approved by OWNER. As a minimum, each database point shall be provided with a tag name, engineering unit, alarm parameters, and description. 3-1.07. Analog Scaling. Each analog input and output will be appropriately scaled for use in internal PLC programming, monitoring by the HMI computers, or transmission to other PLCs. Requirements for raw count values shall be coordinated with the operator interface software to ensure compatibility. 3-1.08. Equipment Runtimes. For each equipment item whose "run" status is monitored by a PLC, an internal equipment runtime shall be accumulated by the respective PLC. The runtime procedure will monitor the status of the equipment "run" contact and, when the equipment is running, increment a software timer that maintains equipment runtime to within a one -minute resolution. The timer shall stop incrementing, but not reset, when the "run" contact indicates that the equipment is not running. The timer value shall increment an hour counter that maintains an integer value representing the equipment run time in hours. Resolution to the minutes level shall also be available at the Hour, shift, and day levels. The counter value shall be available for display on the HMI computer. A manual reset of the runtime value shall be available at the HMI computers for personnel at the supervisor level and above. Totalized runtime values shall be stored in the PLC in retentive registers so the values displayed on the HMI computers and on the field processor will be identical. Runtime values will be stored for hourly, shiftly, daily, weekly, monthly, and yearly runtime for both current period and last period. Means to reset the totalized runtime values back to zero or an operator input preset value entered from the HMI shall be provided for each register. These totalized values shall also be stored at the HMI level through the historical software packages as defined per specifications, (example InSQL, etc.) 3-1.09. Change -of -State Alarms. While equipment is controllable from the PLC ("in remote"), discrete output commands shall be compared to their respective process feedback status signal (where available) to verify proper execution. If the feedback status does not match the most recent output command (after an adjustable 2 to 300 second time delay), an alarm message shall be displayed on the HMI computer and the condition shall be logged as an alarm, requiring operator acknowledgment. The alarm shall remain energized until the proper discrete condition is sensed or until the operator resets the alarm through the HMI computer. 3-1.10. Equipment Availability. In general, equipment with PLC control shall be provided with a local selector switch that transfers control to the PLC. The PLC shall monitor the position of this switch to determine if the equipment is available (City of Lubbock, Texas ) 13550 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) i for PLC control. If the equipment is not available, the PLC program shall not attempt to implement remote manual or automatic status changes for the equipment. The HMI should log this status signal to a file and graphically depict status on any applicable HMI display screens The PLC program may, however, need to implement special routines if equipment unavailability affects a sequence (as described in the detailed equipment descriptions). 3-1.11. Maintained/Momentary Outputs. The need for maintained or momentary control outputs shall be determined from the input/output listing and the electrical schematics. In general, equipment with only one control output indicated in the 1/0 list shall be programmed for a maintained control output. Equipment with two (or more) control outputs shall be programmed for momentary outputs. Provisions shall be made, in either case, to remove the active state (start, open, forward, initiate, etc.) control output when an equipment failure is sensed or when the equipment transitions from available to unavailable (local switch change). 3-1.12. Equipment Mode Changes. Unless otherwise indicated in the equipment control descriptions, equipment in automatic mode shall be transitioned to manual mode (and stopped) if the equipment fails or becomes unavailable or if the PLC processor resets. 3-1.13, Manual/Auto Bumpless Transfer. Unless otherwise indicated in the equipment control descriptions, equipment changes from automatic to manual control shall be bumpless. Equipment running or stopped in automatic mode shall remain running or stopped when manual mode is selected. 3-1.14. Maintenance Tagging Provisions. For each controlled device a means of providing a PLC and HMI based tagging procedure for maintenance shall be provided. Both a Yellow Tag and a Red Tag level shall be provided. A yellow tag will indicate that a device has been placed out of service from the HMI for maintenance reasons and could be run if needed in an emergency. A red tag will indicate that a device has been placed out of service from the HMI for maintenance reasons and should not be used even if needed in an emergency — this also should be accompanied by the appropriate physical lock out /tag out methods. Date, time, operator, and a comment field shall be provided at the HMI level for the operator to be required to enter for each of the tag values. To remove the tag the listed operator or a supervisor must remove the tag from each device. These maintenance tagging events and date time, operator and comment fields shall also be stored at the HMI level through the historical software packages as defined per specifications, (example InSQL, etc.) 3-1.15. Load balancing. For each controlled device that has a standby unit, pumps etc., programming in the PLC shall provide a load balancing scheme to alternately operate the pumps to maintain equal runtime, or provide a 5/2 rotational sequence. This shall be an operator selectable setting from the HMI. (City of Lubbock, Texas ) 13550 (Lake Alan Henry WTP ) -- (Membrane Procurement Package) (161704 ) 5/2 rotation shall also have a selectable day of week setting for the 2 day period, typically set to Tuesday and Wednesday rather than weekends so that operations and maintenance will be available if there are problems when exercising the standby equipment 3-2. HMI FUNCTIONAL REQUIREMENTS. The following paragraphs describe general configuration tasks that are required for the HMI and related software. 3-2.01. Database. The system database, including field 1/0 and internal points shall be established according to the database point naming conventions approved by OWNER. Database generation for field 1/0 shall include all required coordination with PLC level addresses. The database point naming conventions shall be determined as part of the configuration standards and conventions meetings as described in Section 13500. 3-2.02. Trend Displays. Trend displays shall be developed to present real-time and historical process data in an X-Y graph format. Real-time trends shall utilize current process values to generate temporary graphs that do not retain data values. Historical trends shall utilize historically collected data and shall access the data files directly for use in the trend display. Historical trends shall allow paging forward and back to the limits of the collected data. Trends shall have the ability to display either real-time or historical data based upon operator selection. The trending package shall be configured to automatically retrieve historical data from the proper data file to accommodate the paging functions. Content of the trends will be determined after meeting with OWNER and ENGINEER, and shall follow the "Control System Standards and Conventions" document. A real time trend shall be provided for each analog process data point and.a corresponding real time historical trend display shall be provided for each analog process point. At a minimum two blank user definable trends shall be provided for the OWNER to configure as needed later, and appropriate training given to OWNER so that they understand how to complete trend. Trending color definitions shall be stored in a global table so that they may be changed at anytime by the OWNER. 3-2.03. Alarms. Complete system alarming shall be configured. This shall include configuration of graphical alarm displays, and configuration of audible alarms through the HMI speakers. All process or system alarms shall appear on an alarm summary screen and the alarm banner of each process graphic. Alarms and events shall be color coded on the alarm summary screen, with initial colors based on OWNER conventions or the default colors associated with the graphics package. The colors may be adjusted after meeting with OWNER. Alarm prioritizing and area assignments (if any) shall be coordinated with OWNER at the first configuration meeting. For LOW or LOW -LOW analog or discrete alarms which do not apply it associated equipment is not operating, provisions shall be made to prevent/Lock (City of Lubbock, Texas ) 13550 ' (Lake Alan Henry WTP ) -5- L- (Membrane Procurement Package) (161704 ) i generation of the alarm unless the associated equipment is operating. This shall include alarms such as low amperage alarms for pumps that are not running. This may also include low flows or pressures when associated pumps are not operating (this will only apply if periodic operation of the equipment is considered normal). All alarms/events shall be time stamped when displayed or printed. Unacknowledged alarms shall not automatically clear from the alarm summary if they return to normal before being acknowledged. These alarms and any operator entered events, date, time, operator and comment fields shall also be stored at the HMI level through the historical software packages as defined per specifications (example InSQL, etc.). 3-2.04. Reporting. System reporting shall be accomplished using the standard operator interface software -reporting package. All necessary report development, including macro development in spreadsheets, shall be supplied to access real-time and historical data for reporting. 10 historical, monthly facility reports shall be provided. At a minimum two blank user definable reports shall be provided for the OWNER to configure as needed later, and appropriate training given to OWNER so that they understand how to complete report. Reports shall be scheduled to print daily, and by shift, for any required reports, also all printed reports shall be stored to a central location for re -use later. The storage of these should be in a standard report format such as .xls, .pdf, or crystal reports print file. 3-2.05. Historical Data Collection. System data shall be collected for historical archiving and for use in trending and reporting functions. Requirements for data collection shall be as needed to support the trends, alarms, events and reports developed. 3-2.06. Manual Entry of Data. The human machine interface (HMI) computers shall allow manual entry of laboratory data and other variables, which shall then be available for display and use in reports. Operator entered commands from any of the HMI computers shall be logged at all HMI computers. 3-2.07. Validation Screens. Detailed diagnostic screens shall be created at the HMI for each of the PLCs and 10 racks or components to allow proper validation of 10 points and communications all the way up to the HMI level. These screens should represent the pertinent data from the PLCs or HMIs internal card 10 status file, and provide a graphical view of each card and rack. Also status of any communication links and message blocks between PLCs, HMIs, 10 racks, industrial fieldbus, or Ethernet communication drops should be monitored and alarmed. Ability to manually operate any discrete or proportional devices shall be provided from these screens, including any scaling of values for clarity, in addition to the raw card input values ' (City of Lubbock, Texas ) 13550 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) L 3-3. EQUIPMENT CONTROL AND CONTROL MODE OVERVIEW. There are two general control modes available for the process equipment: 1) remote manual, and 2) remote auto. Remote manual control provides a means for operators to adjust equipment status or setpoint, through the HMI, using manually initiated commands. Remote automatic control provides a means for automatically changing equipment status or setpoint based on measured process parameters, calculated values, or operator setpoints. Some equipment may have more than one remote auto mode. Descriptions for local control are included in the detailed equipment control descriptions. They are provided primarily for documentation purposes and for information. These controls are hardwired and require no programming effort. End of Section (City of Lubbock, Texas ) 13550 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) RFP # 09-719-13M, Addendum # 3 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 http://purcliasing.ci.lubbock.tx.us DATE ISSUED: OLD CLOSE DATE: NEW CLOSE DATE: ADDENDUM # 3 RFP # 09-719-BM MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT May 4, 2009 May 7, 2009 @ 2:00 P.M. May 13, 2009 @ 2:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Proposal due date is CHANGED from May 7, 2009 @ 2:00 P.M. to May 13, 2009 @ 2:00 P.M. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to 806-775-2164 or Email to bmacnair(amylubbock. us. THANK YOU, CITY OF L2UBBOCK Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Citv of I.ubbock Public Works Contracting Officer if anv language, requirements, etc., or anv 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 Public Works Contracting Officer no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. RFP # 09-719-BM-Ad-3 No Text RFP # 09-719-13M, Addendum # 4 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 131H STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775 2164 http://purchasing.ci.lubbock.tx.us ADDENDUM # 4 RFP # 09-719-BM MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT DATE ISSUED: May 7, 2009 CLOSE DATE: May 13, 2009 (i�, 2:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Offerors' attention is directed to Engineer's ADDENDUM NO. 4, attached. 2. Offerors' attention is directed to the REVISED PROPOSAL SUBMITTAL FORM, attached. Item 1 - Stage 1 (Design and design support) is increased from $50,000 to $100,000. 3. In GENERAL INSTRUCTIONS TO OFFERORS, sub -paragraph 13.4, Liability is limited to the value of the TOTAL BASE PROPOSAL PRICE (Items 1 and 2), as submitted on the attached REVISED PROPOSAL SUBMITTAL FORM, PLUS $1,000,000 (ONE MILLION DOLLARS AND 00/100). 4. SPECIAL CONDITION (SC-5) TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES is CHANGED as follows: Stage I Milestones Item No. Milestone Descri lion Li uidated Damages Per Da 2 Second Technical Submittal $3,000 3 Final Technical Submittal $3,000 4 Submit draft Construction Contractor $3 000 Information Package ' 5 Submit final Construction Contractor $3,000 Information Package Review construction contract documents i 6 at 90 and 100 percent completion levels $3,000 and provide comments to Engineer Stage 1I Milestone Schedule 1 Submit shop drawings $3,000 Deliver equipment and Final Operation 2 & Maintenance Manuals, except $4,000 membrane modules. 3 Complete delivery of membrane $4,000 modules 4 Successful completion of membrane $4,000 filtrations stem performance testing RFP # 09-719-BM-Ad-4 I RFP # 09-719-BM. Addendum # 4 5. In GENERAL CONDITIONS OF THE AGREEMENT, paragraph 20, PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MATERIAL, EQUIPMENT AND SUPPLIES, is REPLACED with the following: Contractor agrees to indemnify Owner and its officers, directors, employees, agents, successors and assigns against and hold them hannless from all third party claims and related liabilities, losses, damages, costs and expenses (including reasonable attorneys' fees) actually incurred by them ("Damages") to the extent caused by (i) the failure of the System to conform to the Specifications, (ii) a breach by Contractor of any representation, warranty or covenant contained herein, (iii) a finding that the Products infringe any intellectual property right of any third party, or (iv) the gross negligence or willful misconduct of Contractor, its employees or agents provided, in each case, that: 1. Owner notifies Contractor in writing of such claim immediately after it becomes aware of such claim and cooperates with Contractor, at Contractor's cost, as reasonably required by Contractor; and 2. such Damages are attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Goods or Special Services themselves) excluding loss of use. 6. In GENERAL CONDITIONS OF THE AGREFMF,NT, paragraph 32, CLAIM OR DISPUTE: This paragraph remains UNCHANGED. To accept the requested changes would be a violation of the Texas Constitution, Article 3. Request to adjust schedule for Submittals (Section 00800) is DENIED. The schedule remains as specified. 8. Offerors' attention is directed to the lists of "non-proprietary" questions and responses, attached. 9. Contract is revised as attached. All requests for additional information or clarification must be submitted in writing and directed to: Brace MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to 806-775-2164 or Email to bmacnair(&mylubbock.us. THANK YOU, CITY OF LUBBOCK rwee W.c166%a Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the City of t.ubbock Public Works_ Contractinc Officer if any laneuaee. requirements. etc.. or anv 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 Public Works Contracting Officer no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. RFP # 09-719-BM-Ad-4 CITY OF LUBBOCK, TEXAS LAKE ALAN HENRY WATER TREATMENT PLANT MEMBRANE FILTRATION SYSTEM PROCUREMENT RFP # 09-719-BM CONTRACT NO. 8968 ADDENDUM NO. 4 A. SCOPE, This Addendum No. 4 consists of page AD4-1 which is to be included in the Contract Documents. B. SPECIFICATIONS. 1. Section 00800 — SPECIAL CONDITONS a. Page 4, Paragraph SC-4, TIME AND ORDER FOR COMPLETION. In the Stage II Milestone Schedule, Item 3, Modify the paragraph in the column "Milestone Date" as follows: "A date to be established by CONSTRUCTION CONTRACTOR'S construction schedule, expected to be approximately December 1, 2001 2011. CONTRACTOR shall not deliver membrane modules until after a date established by the CONSTRUCTION CONTRACTOR to minimize on -site storage time. If CONTRACTOR plans to deliver membranes significantly earlier than December 1, 2011, CONTRACTOR shall submit, with it's proposal, a plan for membrane storage prior to installation." b. Page 13, Add the following: Paragraph SCA1. PRETREATMENT PILOT STUDY DATA. The report titled "City of Lubbock, Texas (COL) - Lake Alan Henry (LAH) Water Supply Project — Summary of Pretreatment Portion of Pilot Study" is available for review by prequalified suppliers. This summary is for informational purposes only and shall in no way revise or otherwise alter the specifications or any contract documents. A copy is being issued with this Addendum. 2. Refer to the attached responses to questions raised by proposers, Pages 1 through 10 and Pages 1 through 11. eereaas c.q. eee.....®q , NORNiAN R. JAGE.S ••pea.......... ° 97925 e (City of Lubbock, Texas ) �0� sj-MAL�G (Lake Alan Henry WTP ) AD4-1 (Membrane Procurement Package ) s%^7 (161704 ) / r City of Lubbock, Texas (COL) Lake Alan Henry (LAH) Water Supply Project Summary of Pretreatment Portion of Pilot Study April 30, 2009 Draft Summary of Pretreatment Portion of Pilot Study for LAH Project EXECUTIVE SUMMARY This report summarizes the pretreatment portion of a pilot program that was conducted by the City of Lubbock, Texas as part of the planning and design of a new water treatment plant (WTP) to treat water from Lake Alan Henry (LAH). The piloted process consisted of abstracting source water near the LAH intake structure and the following process steps coagulant addition, rapid mix, three stages of flocculation in series, and plate settlers, whin wow followed by four membrane filtration units in parallel. Recirculation of streams in tlt roeess was included in the pilot program to simulate full-scale conditions. The octrdblated streams Were spent backwash (13W) and thickener supernatant. To summarize, the pilot program showed tiie following:u • The pretreatment process (coagulation, flocculation, an high rate sedimentation with plates) provided pretreatment for the downstream memb`i ne filtration. During a 30-day demonstration period of the pretreitmdnt=i*started on 3/09, the plate settlers provided an average settled water turf jdity f -J NTL with 99% of the 15-minute readings less than-3 f • The low speciffo�ultraviol absorbance (SUVA) values of the water, which were less than 1.5 Umg-tri ihtirtng the pilot period and''Jess than 2 Lrmg-m historically, indicate that this water.is not`am�nable to enhaticed coagulation to augment removal of organic 11 n hanieal and electtf)cal up?&t'cvents periodically resulted in elevated levels of settled wafer membrane feet water) turbidity, which in turn resulted in increased transmc.miane pressure (TMP). Pretreahnent upset conditions are a means of testing the robustness of rtiembrane processes downstream. Pretreatment upsets and variations a in raw water quality are to be expected at the full scale WTP. The conditions summarized in Table ES-1 are being considered for full-scale operations. Black & Veatch PN 161704 1 R Summary of Pretreatment Portion of Pilot Study for LAH Project Table ES-1. Conditions Considered for Full -Scale Description Value Coagulant Type - Surnalchlor 50 (with flexibility to allow other PACI, alum, ferric) j PACI Specific Gravity 1.33 at 15 OC Dose, Typical, mg/L 15 Dose, Minimum, mg/L 5 Dose, maximum, mg/L 50 Flocculation Number of Stages in series A 3 Detention time, min 20 Minimum G-values per stage, 1/Sec (Full-scale equip to be adjustable) 8 0, 50 30 High Rate Sedimentation Type Inclined plates 4-, Angle, degree 55 Spacing, inch Hydraulic loading ratd,gpm/ft- 0.4 The Cityof Lubbock water treatment plant Garza Coun ' xas planned to proxiide, tit pretreatment portion, Parkhill, Smith & Co COL) Public Water System number TX 1520002, is designing a new WT twill lie supplied from Lake Alan Henry (LAH), located in A mao_ ofthe lake is presented in Figure 2-1. Initially the new WTP is to 15 million gallons per day (mgd) of drinking water. The results of the e6e pilot "5r ogram, which was conducted by Black & Veatch (B&V) and _p per (PS), are Summarized in the main body of this report. Black & Veatch PN 161704 2 Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project Figure 2-1. PILOT PROGRAW'.,-.,SC1.jLIE :v The Texas Connnisston �d l �it�uttle>�t ll''t it i (TCLQ) provides guidance documents on membran i'iltration �101, i u� `Rgview of Pilot Study Protocols for Membrane Filtratio'q' "Review of P�loi turfy r_ k ` t r s forts bran Filtration, and `Membrane Terms Defined') TCEQ guide indiG that membrane pilot studies be conducted for at least 90 days and that th-sse are nort %ally con d ed in three stages --- Stage 1 for optimization, Stage 2 for at least 30 days A ion4 at simulated full-scale conditions, and Stage 3 for at least 10 additional days of opeions after a clean in place (CIP) procedure and at the same simulated fiill-scale conditions as the previous stage. Two sets of 30-day Stage 2 and related 10-day Stage 3 trials were conducted for the LAH pilot program to allow evaluation of membrane performance at more than one set of operating conditions and to better gauge the potential risk of cumulative fouling. Black & Veatch PN 161704 3 Revision April 30. 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project Overall the LAH pilot program exceeded TCEQ's 90-day time period requirement as summarized in Table 3-1. Each of the piloted membrane units had at least 30 days of run time during each Stage 2 (2A and 213) and at least 10 days during each Stage 3 (3A and 313) as well as operations during commissioning and optimization stages. In the table "Run Time" represents cumulative run time for each membrane pilot unit. The calendar date;;, nIf6klistcd in the table incorporate more days than listed for the "Run Time" values due._crenees in start times and periodic downtime between the units. TCEQ was consulted dung the t program about downtime events, including events longer than 24 hours C afire has long as the downtime event was due to mechanical problems, vy" not due cr ource w ehdnges, and that no CIPs or other special cleaning was conducted; eachp 4 t sta Auld be exti'id`10 yield cumulative run times for each membrane unit of at least 3" s (fgr Stage 2 trials) aiifd at feast 0 10 days (for Stage 3 trials). The pilot pro' was conducteocdance with TGEQ's a� guidance. T`atil 371 Run Time (Each Membrane Stage Designation i„ bcscri tion Dates Unit) Commissioning Phase ^ . Ctiintnttgs►ontug t 9/15/2008 Intermittent �- Trainin tz� 10,115/2008 Sta a 1° Optitnizatton a '' 10/ l6/2008 At least 18 days 11/19/2008 Shtg 2A Fixed int 2A 30- 11,19/2008 — _ At least 30 days Trial 1/7/2009 Stalle. ` . Specific Flux Post-CiP 1/6/2009 -- At least 10 days "- Check" 1/27/2009 Stage ; . M ixed Setpoint 2B 30- 112212009 "- At least 30 days dayTrial 3/3/2009 Stage 3B "' pecific Flux Post-CiP 2/26/2009 — _ At least 10 days k Check 3/ 18/2009 Black & Veatch PN 161704 4 Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project DESCRIPTION OF EQUIPMENT Overall The pilot equipment was designed and operated to simulate planned full-scale conditions. A simplified process flow diagram is shown in Figure 4-I. Source water was drawn from the intake area of Lake Alan Henry. The main pretreatment upstream fron'4Jhe`mcmbrane units consisted of coagulant addition, in -line rapid mix, three stages of�flocclation, and sedimentation with plate settlers. Coagulant was the only chemical fed to theilot equ�iaent except for maintenance wash (MW) and clean in place (CIP) ehcq!jcals'sed within mdf*,idual membrane units. Settled water was supplied to four membrane pilot units anged in parallel Chemical wastes (e.g., spent MW and CIP solutions) were not rcetrwlataritiin the pilot facility and recirculation of these is not planned for full-scale operations e%wastes were collected and removed from the pilot site. Backwash waste from the mcmbrt, was collected in a tank and recirculated at a relatively constant rate to a location upstreat frr�Yi the coagulant addition point. Residuals from the plate settlers were 960arated to a`sltld� thilCener and the resulting supernatant flowed to a IUCation t) Stream from the coagulanCaddttron point. The recirculated streams (spent BW and�hickenor s , �ernatant) comprised less than 5.7% (95'"-percentile), generally 2.2% (average), QM6 flo to, the plate settler units. Higher recirculation rates may be practiced at the flallscalAetiit� For Example, s&nc full scale membrane -based WTPs exceed the 10%o ackwash rule thud § tj+jty>wa applied to conventional surface water treatment plants. Solids residuals from the thtts, nei+vV collected and removed from the site. Excess source water, settlerstcr, and nlera ane fil I were returned to the lake, as summarized in Table 4- 1. � a Black &Veatch PN t61704 5 Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project SOtt Icl p ' water ;a To Membrane Storage Pilot UnRe Flocculation Plate Settler Thickener Residuals (To Off -Site Disposal) Intake Filtered Water W Reclaim • ,Spent MW d CIP (To Ott -Site Disposal) Lake MF}UF Pilot Units, i Typical Example Shown - Total 4 MF[UF Units Figure 4-1. Schematic of Lubbock's Pilot Planf at'Lak� Alan Henry Table 4-1. Handling of Waste Streams at LAP Pilot Stream JDisposal Location Source Water & Settled Water werflgw Return to LAH s- MFiUF Filt'itate `'- ;1 urn to LAH Spent Backwash ($ Recirculated upstream from coagulant addition point Liquid Sup�matant from Thickener recirculated upstream from coagulant addition point Plati& Settler Thickeppr Solidi ; Off -site disposal Scent Maintenance Wash 'MW) Off -site disposal and�clean In PlaceG`l , =aaK Pretreatment E Wpment a The pretreatment egpipc►ent at tide pilot was operated at conditions to simulate or be more conservative than planned, full-?;cale operations, as summarized in Table 4-2. Two flocculator- plate settler units of the saiiie type were operated in parallel. A description of these units is presented in Table 4-3. A schematic drawing is presented in Figure 4-2. Undiluted coagulant was injected via manually adjusted peristaltic pumps to a point upstream from each flocculator-plate settler unit and blended with the water using an in -line mixer. Flow of water supplied to the Black & Veatch PN 161704 6 Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project pretreatment was controlled with a manual valve to yield the targeted flocculation detention time. Flocculation mixing speed was controlled with a manual setting (see Table 4-4) that adjusted paddle speed to yield targeted G values. Excess plates were blocked (which removed them from service) to yield the targeted loading rate. Table 4-2. Pretreatment Conditions as¢ Full -Scale (Planned) --- Initial Capacity - a' First C4' iansion 4"'2)!, Description 15 to d °jri d Piloted Coagulant T_ Type(s) PACI * I'A�I * PACI Dose, mg/L 5 to 50 49.50 V o 20 Flocculation Number of Stabes in series 3 3 3 Detention time, min _ 20 (min) G-values per stage, lisec 80 50 '30 (mtti 80 5 y°N, 0 (min) 30 - 50 30 (typ) Plate Settler Hydraulic Loading f at Rate, gpmlft2 0.3t `0 4 0.4 * Full-scale design is based on the piloted coagulant, a type pf polyalmninium chlori`tle (PACI), Sumalchlor 50 (from Summit Research, Flemington, NJ) with flexibility to allow - a ofalternative types: PACI, alum or ferric based. Physical properties of Sumalchlor;_S &O'' cifie gravity at ilgdf 1.33 to 1.,45, 12.1 to 12.7% aluminum, 23 to 24% A1,03 7.9 to 8.4% chlorid#fSumalcH.l...' 0 is NSF appraiVed up to 250 mg/L. Black & Veatch PN 16I704 7 Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project Figure 4-2. Schematic Drawing of F�lattii" Plate Settler �f y Table 4-3. Description of Floe�glator-Plate Settler Units Poi tmeter _136� Otion Manufacturer 'Meurer Research Inc, Qtolden, Colorado Number of Units 2 (Arranged W Parallel) Dimensions, inside eaehii(nit 7.5 ft water level x 6 ft W x 17 li 1., Flocculation, each unit•. Stages in Series 3 Size of Each Stage 560 gal (Stages land 2); 532 gal (Stage 3) _ Sedimentation, each unit Type .. Plate Settler Ingle 550 Spacing 2 inch Nunibdirbf Plates, maxnnum �< 31 Actives 1 Inactive Plate dimensions '�� 4.5 ft x 4.5 ft Area per late` 20.25 ft` Sample Caleulatioii:.flocculation' Plot Time = (560 gal + 560 gal + 532 gal)1184m'unit Time = 20 minutes Sample Calculation: Plate Settler Loading Rate Loading Rate = 84 gpm l (18 active plates * 20.25ft2%plate * 0.5736) Note: Flow Loading Rate = Area of plates* cos(55) Black & Veatch PN 161704 8 Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project Figure 4 2 Schematic Dra�yin.otbcpl��t= Plate Settler Units Table 4-. G Val s a Functio oFloccul# speed Setting Control Dial Sped, 3 Stage 1 G value Stage 2 G value Stage 3 G value 2 i(1'sco-1 6 see 3 sec-1 _ i I. 3 4 a lSsec—! 9 sec-1 4,8 sec-1 t.` 5 21.5 sec-1 13 sec-1 11.5 sec-1 32 sec-1 19 sec-1 10 sec -I +.. 39 sec-1 23 sec-1 12.4 sec-1 7 j r 53 sec-1 31 sec-] 16 sec-1 8 f+.5 65 sec-1 39 sec -I 20.5 sec-1 9 12 79 sec-1 48 scc-1 25 sec -I 10 13.5 95 sec-1 56.5 sec -I 29.7 sec-1 Black & Veatch PN 161704 9 Revision April 30. 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project WATER QUALITY Selected water quality data are summarized in the tables and figures in this section of the report. Raw water quality data that were measured before the start of the pilot program are presented in Table 5-1. Average and maximum values of analyses conducted by a Texas-certiBcd laboratory (Certificate Number T I 04704218-08B-TX), Environmental Laboratory Services of the Lower Colorado River Authority (LCRA), Austin, Texas, are presented in Tables 5-2 and 5-3. Results of the daily analytical program that was conducted by the City of Lubbock for the pilot are summarized in Table 5-4 and Figure 5-1. `k. These results indicate that raw water temperature varied seasdiiAl)y from a low of alsout 7 "C (45 °F) to about 29 "C (84 "F) averaging I l "C (94 "F) during, tagq'2B-313. Other values were relatively constant. Raw water turbidity was typically 3 -- 5 *U w" Ith excursions to 8.3 NTU; raw water pH was typically 8.3 with a ran$.to 8.6; rralkalinity was typically about 150 mg/L as CaCO3 and only ranged up to 1'62 rng/L as CaCO3 d4riirg the pilot period. Calcium hardness was about 70 mg/L as CaCO3 and hdionq� caused by'ci letun�and magnesium was about 100 mg/L as CaCQConcentrations of alunninum, arsenic, iron`, manganese, and algae were low, as shown iw the tables 1' 'A'� Given the mechanisms of the treatrne t (coagulation with PACT and without pH adjustment, sedimentation, and membranee filtrat%otr), 46' xpected'most of the water quality values were !� relativelyY"1 r'T turbidity was generally unchanged by treatment gipt for turbidity. Settled water lower than raw- 3rater turbidity for exattnpYg the daily results averaged over Stages 2A, 213, 3A, and 313 show raw water at 4.1,NTU and settled water at 3.4 NTU. Given the effectiveness of membrane filtration at'retrioving turbidity, lower settled water turbidity was not required and so higher coagulant dosages were not applied. Periodic upsets in the pretreatment occasionally resulted in settled water turbidity exceeding raw water turbidity. These events were generally due to an interruption in coagulant feed, which in turn was caused by events such as a Dozen coagulant line or an empty coagulant storage tank. During the 31 days of March 2009, the plate settler was operated in a more stable manner, more representative of full-scale operations, Black & Veatch PN 161704 10 Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project yielding an average settled water turbidity of 1.67 NTU with a 95'h percentile value of 2.77 NTU, as summarized in Table 5-4. According to the pre -pilot data (which was based on samples collected in Feb 2005, Feb 2007, Mar 2007, April 2007, May 2007, June 2007, Aug 2007, Sept 2007, Oct 2007, Nov 2007, and Dec 2007) the TOC averaged 4.7 mg/L and ranged to a maximum of: 5' L, the DOC averaged 4.5 mg/L and ranged to a maximum of 4.8 mg/L, and th ,. -25; values were 0.046 V Z_ and 0.071 item, respectively. During the pilot period the TO nd D. centrations were lower, about 3.4 mg/L, while the UV-254 values were i5it =the s ' . �i torie values. Taking into account all of these results, the specific violet "ply ,orbanc ' values are au. less than 2 L/mg-m (generally less than 1.5 Llmg m' the pi_ period), in: ig that this water is not amenable to enhanced coagulation to augment rt: Koval. of organic mated a ei Table 5-1. Raw Water Quality D J duple Before " ` f Pilot Program) ParameterAVerage Maximum Temperature 72 22 84 (29 Algae C(islmf t .; = 337 : 1742 Alkalinity,Total `: m it'._ CaC _-.�.. 65 235 Color Pt ,Y.n, -. 10 1U Conductivity 'dk:, usfa'` 1030 I100 Hardness, Total m L as_ • CO3 83 89 Iron 0.09 0.14 �it1p iolese' ,f r m L... <.0.02 0.05 anic Carbon,` , ved (D _ m / :. 4.5 4.8 Q[ anic C boujlott(ly' : OC - mg/L 4.7 5.5 ' r H units 8.1 8.8 T ",' 'ssolved Sol'i3§ S) m 1L 590 620 IkT , r I/em 0.046 0.071 SL`aldul ted value 1 Um -m 1.02 1.48 Notes jt't rattticipYtd t, t wider extremes of temperature and other variables may occur. Temperattti+ tttn . 'b§tt these sets of data is 55 to 84 °F 03 to 29'Q. (2) Data froth Pt at�005, Fel�?2007, Mar 2007, April 2007, May 2007, ,tune 2007, Aug 2007, Sc t 2007, Oct2, ..,, Novj$07, and Dec 2007. 1OT>i ,'I�i ta(l s w,t LOU data (> attt " •3) w �l sttlisequentt- biupdated veil Mprch=April reps Black & Veatch PN 161704 11 Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project Table 5-2. Average Water Quality Measurements by LCRA During The Pilot Program From Grab Samples Feedwater (Settled Parameter I Method PQL i Raw Water Water) Algae, counthill 17SM 10200EF 21 69 Alkalinity, Total, mg/L as CaCO3 SM 2320B 2 Aluminum, mg/L 4-- EPA 200.8 0 1.11 Arsenic, mg/L EPA 200.8 0.00442 C010T, Apparent, Color units SM 2120B 0 10 Color, True, Color units SM 2120B 0 5 Hardness, Calcium and Magnesium, mg/L as 17 CaCO3 SM 234' 31 9() F I Hardness, Calcium, nngIL as C8CO3 SM 2340B&-"""-'�-� 7"-�7-60199 68.8 Iron, mg/L EPA ",'hh 0.05 ND Manganese, mg/L AEFA 200.8 000 1 0.00296 Organic Carbon. Dissolved (DOC), mg/L 3.39 t' Organic Carbon, Total (TOC), rnp�,T 5153IQT ! 3.40 Total Dissolved Solids JDStmg/ SM2�40C 5 568.5 UV'5i. cm sm� GB 0 .7 0.0476 SUVA, L/rng-M --,: '-'� -->'-k Calcul NA i 1.41 Black & Veatch PN 161704 12 Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project Table 5-3. Maximum Water Quality Measurements by LCRA During The Pilot Program From Grab Samples Parameter Method PQL Raw Water K,,dwatcr (Settled Water) Algae, counti.ML SM 10200EF NA 25 126 Alkalinity, Total, rn&L as CaCO3 SM 2320B Aluminum, n1g/L EPA 200.8 125 1.2 Arsenic, ing/L EPA 200.8 0.00541 1 Color, Apparent, Color units SM 2120B 10 Color, True, Color units SM 212 _Y& 5 Hardness, Calcium and Magnesium, rngW!L as CaCO3 SM 213B —103 Hardness, Calcium, ing/L as CaCO3 Sm A` 0.499 71.2 Iron, ing/L EPA '0.05 ND Manganese, mg/L EPA 200.8 9,00 1 0.00345 Organic Carbon, Dissolved (DOC), tngll- SM 5 3 1 OD 0.5 3.54 Organic Carbon, Total (TOC), mg?L SIC -_AS 3.48 DissolvedTotal Solids (TDS). rng/L 5 572 UV254, cm- I 5— SM94q�� . 0 0.0482 SUVA, Unig-111 ulatidit NA — 1.36 Black & Veatch PN 161704 13 Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project Table 5-4. Results of Daily Water Quality Measurements Raw Water Feedwp id (Settled Water) -Alkalinity,.' Alkalinity, Temperature, Turbidity, mg/L as Turbidity, mg/L as Parameter C NTU pH CaCO3 ""'4,,C ',NTU pH CaCO3 Stages 2A-3A 213-3B Average 12.3 4.12 8.3 1 �_3''- 3A4 8.2 153 Maximum or Range 6.9-18.0 8.32 8.6 162 7.2 - 18.1 22.6 8.7 168 95th-Percentile 16.4 6.40 8.6-,, 141 16.7 8.81 7.7 165 Stages 2A-3A Average 13.5 4.96 8.2 l54 e '13.6 4.33 8.2 150 Maximum or Range 7.8- 18.0 8.6 160 7.8 - 18.1 22.6 8.6 162 95th-Percentile 16.5 6.66 8.5 158 16.8 17.6 8.5 157 Stages 213-313 Average I,0r'9 153 10.6 2.29 8.3 156 Maximum or Range 6.9- 15.0 3.99 8.6 162 7.2- 15.0 5.40 8.7 168 95th-Percentile 13.8 3.89 8.6 1 159 13.5 4.54 8.6 167 March 2009 Average 21 12.6 2.70 8.5 153 12.4 1.67 8.4 157 Maximum or Range 10.8- 15.0 3.68 8.6 160 10.5-15.0 4.23 8.6 168 95th-Percentile 14.8 3.56 8.6 159 14.3 2.77 8.6 168 Black& Veatch FAN 161704 14 Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project Turlidty •rev-SFTLED AM 25 - 20 15 . 5 5 °�•°:�:°':;+•"°.:,` :N':: �.. ..........� ..;.:; ::GN °:d�yw° • ; u.s:ss:lNs.a,�:l�y:wss+s° ::::1NdMN;;N ;,'s 0 L-@L Cb L6 N th N U N oo N 01 '6 N O, -b CN N M PH •'?AN ■SFfTiFnWNB? M - U .r 8.5 aM•°•,•`t•i e,•!~ • • am JA OC1. • •$• °+ :. 0 ' 8.0 !W!•lNLe.1!!.'°~.216-2 i !N•� 7.5 7.0 N N 'b N CAI d N z"�t Alkdinity 180 170 . 150 r • • 140 130 a 120 6 C6 � & N '6 04 Figure 5-1. Ratio ii44 Settto Water (Membrane Feedwater) Turbidity, pH, And Alkalinity " -From Daily Water Quality Measurements PRETREATMENT RESULTS Pretreatment consisted of coagulation, flocculation, and sedimentation with plate settlers. The pretreatment was operated, as described in the Description of Equipment section above, to provide conditions similar to or more conservative than the planned full-scale facility. Black & Veatch PN 161704 is Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project Periodically electrical or mechanical problems caused upsets to occur in the pretreatment equipment. Examples of these problems included tripping an electrical breaker — causing circulation of the Ilocculator paddles to stop until corrected, running out of coagulant in the storage tank — causing coagulant dose rate to drop to zero until the tank was refilled, freezing of the coagulant feed line - also causing coagulant dose rate to drop to zero until the line was thawed and replaced, and mechanical problems with the sludge collector -removal system located below the plate settler— causing sludge to back-up into the inclined'�Iates--thereby reducing their effectiveness at clarifying the water until the problem was corr&cted Pbtfbdicaliy one of the plate settler units was taken out of service for repair, which re�sul�ec in ai�increapse in flow to the remaining unit, thereby resulting in a decrease in flocculation coriiact time iui ai increase in loading rate in the plate settler. Both of these changes d reas, itivjloeculator ttinearid increase in loading rate) reduce the effcetiveness of pretreatment__ Pretreatment upset conditions area means ditdsting the robustness oftt c membrane processes downstream. Pretreatment upsets and variattoris to raw wd &..% glity are to be expected at the full F° �G scale WTP. Settled water turbidity data a a function of pilot Stage; based on daily readings with the bench - top instrument, are summarized in Table 6-2.'SettI 4atcr turbidity data collected on-line with readings every 15 mintit4S yere reviewed to verify thaCthe plate settlers provided settled water at less.than �NTU 114- at least l % of the samples over a 30-day period, to comply with TCEQ pretreatmet guidelines. Rely data are summarized in Table 6-3 and Figure 6-1, which show that 99b/o of the 1 `minute turbidity values were less than 3 NTU. Black & Veatch PN 161704 16 Revision April 30, 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project Table 6-2. Settled Water Turbidity (Daily Readings) Parameter Turbidity of Settled Water During Listed Stage Overall: 2A, 3A, 213, 313 Stages 2A & 213 Stages 3A & 313 March 2009 Average 3.44 4.33 2.29 A I 11 1.67 Minimum 1.20 1.83 20-1, 0.96 Maximum 22.6 22.6 5.40 4.23 'le 8.81 17.6 4 -AA 2.77 Table 6-3. Settled Water Turbidity (30- Description Start of 30-Day Period End of 30-Day Period Average Turbidity, NTU Standard Deyiati6n'I"'I'I-I- Number of -Data Percent of RQadfhjzs <3`NTU Black & Veatch PN 161704 17 "s "N rood -457.Minute Readings) 11 , Value U,42 2880 99.0% 0.89 8.1 2.3 Revision April 30. 2009 Summary of Pretreatment Portion of Pilot Study for LAH Project Figure 6-1 Graph of Settled Water Turbidity (30-Day Period with 15-Minute Readings) Settled Water Turbidity ---..- ----_---- - Turbidity Increase prebwalmant Upset) Due To Interruption In Coagulant Feed i t 3 Z L' 2 M • 1 99% of 1t3 mute Turbidity Values 4 NTU During 30-Day Trial 3/4/2009 3114/2009 3/240009 4Fd M ;fit t� Settled water turbidity iinprpyed (was lower) during'he later stages of the pilot because there were fewer upset events. During,the earht r day& oftl3e pilot there were times when the settled water turfidity exeeeded'ttie raw water turbidity. The redson for this is the recirculation of spent BW wate ,and thi0kener. su' . atant ,�*- se streams were recirculated to model the planned full- scale opera t &s, includiri �8>4„ cation of the impact of recycling on membrane fouling. Since spent B'vVateryas recirculate when the coagulant dose was interrupted, the particles concentrated tntot i� ent W Weam were not subsequently coagulated and removed by the plate settler, which `cS eitime resulted in an increase in membrane feedwater turbidity. On the other hand, when the pretfeatjnent system was functioning better, settled water turbidity was lower. For example, during the 30-day pretreatment period that started on 3/4i2009 the plate settlers provided an average settled water turbidity of 1.7 NTU with a 95`h percentile value of 2.3 NTU and 99% of the 15-minute readings were less than 3 NTU. Black & Veatch PN 161704 18 Revision April 30, 2009 a DATE: *** REVISED *** PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT PROJECT NUMBER: # 09-719-BM - MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT Proposal of (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 MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT having carefully examined the 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 provision of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to provide the project in accordance with the 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 shall complete the schedules provided herein for capital cost items, operating cost items, and membrane replacement costs for the proposed facility. Each of the associated values will be converted to a present -worth cost for life -cycle cost comparisons between each submitted Offer. The present -worth factors will assume a 20- year service period using a 6% interest factor. CAPITAL COST ITEMS Offeror will furnish the equipment and provide services in accordance with the Contract Documents for the following lump sum prices. BASE PROPOSAL: Item l - Stage I (Design and design support) $ 100,000.00 Item 2 - Stages II and III (Membrane filtration system and system performance testing) $ TOTAL BASE PROPOSAL PRICE (Add Items I and 2) $ ADDITIVE PROPOSAL ITEM: Item Al - Stage IV (Long-term operation and maintenance services) Item A2 — Pilot Plant Offeror's Initials OPERATING COSTS To accurately evaluate each Offeror's financial factors, all cells in Schedule A shall be completed by Offeror. Failure to provide this data in its entirety may be grounds for Offeror's proposal to be rejected as non- responsive. Offeror shall fill in non -applicable items with the identifier, "NA". The Offeror hereby recognizes that all information submitted in Schedule A shall reflect the specifications of the actual system for which the Base Proposal was prepared. Any errors or omissions in representing the system may be grounds for Offeror's proposal to be ruled non -responsive. Offeror shall provide calculations supporting the listed quantities in Schedule A with the Technical Information Submittal included with this offer. Offerors may attach additional pages to the Proposal if necessary to complete this table. The operating costs provided by Offeror in Schedule A are the guaranteed operating parameters for the t Offeror's proposed membrane system. The Offeror shall be responsible for any changes to the full scale system to comply with the data submitted in Schedule A. Should modifications not allow the system to comply with the performance and operating criteria in Schedule A, the Offeror shall compensate the Owner directly for additional 20-year Present Worth costs incurred due to system non-performance. All operating costs provided in Schedule A shall be based on producing permeate throughout the full calendar year at the water quality conditions as defined in the Membrane Filtration System Specification Section. Operating costs shall be based on an average annual production of 15 mgd. Complete Schedule A on Next Page Offeror's Initials i Schedule A j Operating Cost Items Description Use Unit Cost Annual Cost Electrical Usage Microtiltration/Ultrafiltration Feed Pumping (based on average pump operating pressure at speci tied efficiency) Kwh/yr $0.10/Kwh $ Filtrate Pumping (based on average pump operating pressure at specified e fficiency) Kwh/yr $0.I OiKwh $ Backwash System Pumping Kwh/yr $0.10/Kwh $ I Air (Process and Backwash) Kwh/yr $0.10/Kwh $ Clean -in -Place System (heating, mixing, pumping, etc.) Kwh/yr $0.10/Kwh $ Other (Otreror to identity) Kwh/yr $0.10/Kwh $ Subtotal Electrical Costs $ Chemical Usage (include all MW and CIP cleanin_g chemicals. Costs shall be based on neat chemical at concentrations listed below Caustic (50 wt. %) _ lb/yr $ 0.21/lb $ Sodium Flypochlorite (12.5% Trade) Ib/yr $ 0.10/lb $ Citric Acid (50 wt. %) Ib/yr $ 1.20/lb $ Sulfuric Acid (93 wt. %) Ib/yr $ 0.15/lb $ Sodium Bisultite (38 wt. %) Ib/yr $ 0.17/lb $ Other Chemicals (please list name and concentrations): gal/yr _ gal/yr _ gal/yr _$/gal _$/gal $/gal $ I $ $ Subtotal Chemical Costs $ Total System Annual Operating Cost Summary ji Total Annual Operating Cost (AOC) = Electrical Cost + Chemical Cost $ 10 year Present -Worth Operating Cost (AOC* 11.47) $ Offeror's Initials MEMBRANE REPLACEMENT COSTS (Complete Schedule B Below) A unit price for the replacement of membrane modules is required (reference the replacement price guarantee in the Membrane Filtration System Section). Unit prices must be provided by the Offeror to result in a responsive Proposal. The Offeror shall fully guarantee membrane modules for 10 years. Offeror must also provide a maximum module replacement price for the 20-year evaluation period. Offeror shall complete all cells shown in Schedule B below to convert the membrane replacement price to a present worth cost. -1 Schedule B Future Membrane Replacement Costs Description Value Required Module Replacement Warranty to be Provided 10 years Guaranteed 20-year Module Replacement Cost. per module (M) $ Number ofModules Provided in System (N) Total System Module Replacement Cost (A = M * N) $ Present Worth Cost Factor Based on Warranty Length (B) 0.5584 Present -Worth Cost of Future Membrane Replacement (A *B) $ PRESENT WORTH SUMMARY (Complete Present Worth Summary Table Below) The values provide by Offeror in the previous schedules shall be summarized in the table below. Present Worth Summary Table Item Value Membrane System Equipment Cost (Total Base Proposal Price) $ Present Worth Operating Cost (from Schedule A) $ Present Worth Cost of Membrane Replacement (from Schedule B) $ Total 20-Year Present Worth (summation of above items) $ Offeror's Initials !_j t. I i Offeror shall also submit a completed Schedule C. Data shall be filled in for each cell. Non -applicable items shall be filled in with the identifier "NA". Schedule C: Membrane Filtration System Description Description Units of Measurement Data Manufacturer -- MODULE DESCRIPTION -- -- !Module Model Number -- Module Dimensions: Inch - Diameter - Length Active Membrane Area, feed -side surface tt'- Membrane Material (Examples: PES, PS, PVDF, and so -- Configuration, select one (I ) or add description: -- at plate, hollow fiber, spiral, tubular, or other (add )• Flow Pattern (inside -out or outside -in) -- Geometry (horizontal or vertical) -- Pressure type (encased or submerged) -- Hydrophobic or hydrophilic? - Membrane charge (neutral, negative, or positive) - Contact angle: - membrane material degree - other potential locations of breaches (e.g., degree Pore size and/or molecular weight cutoff, nominal micron Dalton Fiber or tube dimensions (if applicable): - inside diameter inch - outside diameter inch - active length Ft Number of fibers per in odule Module operating limitations: - Pressure range psi Temperature range OF pli range Std. Units �- Maximum teed turbidity ntu - Chlorine tolerance mg/L hr - Other oxidant tolerance Describe - Other limitations Module cleaning limitations: - Pressure range psi - Temperature range OF - pli range Std. Units - Maximum feed turbidity ntu Chlorine tolerance �- mg/L & hr. �- Other oxidant tolerance Describe Other limitations Prescreen rating required micron Prescreen materials required Pipe type required between prescreen and membrane and pressure rating) DESIGN DESCRIPTION --- --- Number of trains: - On line -- - Standby Daily net production Mgd Flux at all operating temperatures: - Maximum Instantaneous Flux Gfd Average Flux Flux, corrected to 20 °C: - Maximum Instantaneous Flux Gfd Recovery % DESCRIPTION OF EACH TRAIN --- --- Number of modules -- Arrangements (i.e., Encased: _ rows of modules or Describe d: _ modules high x _ modules wide x _ modules long) Filtration type (dead-end or cross -flow) -- Filtrate flow during filtration cycle Gpm BW Type (air, water, forward flush, etc) -- - Frequency (Note 1) min Overall Duration (Note 2) sec Filtrate consumed gal BW flux gfd - Description: Condition and duration of each major step during BW (i.e., BW with _ water flow for _ sec, rest to r _ sec, air scour at for _ sec., and so on) BW Waste per day - BW Waste highest flow per minute gfd Gpm Maintenance Wash (MW)— I, if applicable - Chemical(s) - Chlorine Concentration(s) mg/L E- Frequency hr - Overall Duration (Note 2) sec Filtrate consumed Gal MW-I Waste per day gfd - MW-I Waste highest flow per minute Gpm I M W — 2, if applicable Chem ical(s) -- - Concentration(s) mg/L E- Frequency hr !- Overall Duration (Note 2) see i- Filtrate consumed Gal - MW-2 Waste per day fl- gfd d MW-2 Waste highest flow per minute Gpm M W — 3, if applicable Chemical(s) -- i - Concentration(s) mg/L, I- Frequency hr i - Overall Duration (Note 2) sec Filtrate consumed Gal MW-3 Waste per day gfd t I M W-3 Waste highest flow per in inute Gpm Direct Integrity "rest (air pressure based) (Note 3) �l - Pressure psi - Frequency hr Overall Duration (Note 2) sec Resolution µm - Sensitivity LRV CIP - Acid - Chem ical(s) -- Concentration(s) mg/L Frequency day - Overall Duration (Note 2) sec Filtrate consumed gal - TMP trigger, if applicable psi CIP - Base - Chem ical(s) -- - Conccntration(s) mg/L Frequency day - Overall Duration (Note 2) sec Filtrate consumed gal TMP trigger, if applicable psi Pressure TMP, clean psi TMP, typical - TMP, just before CIP - Filtrate - Max. allowable module pressure Filtrate _ - Turbidity, typical ntu =0,05 - Turbidity, maximum ntu 0.10 ircross-flow, describe conditions Describe Air requirements: Describe Describe Unit dimensions: - width inch - length inch - height inch - wet weight lb Tank dimensions (if applicable, e.g. for submerged inch - width inch length inch height PERFORMANCE --- --- Annual Chemical Usage - Chemical # 1 lb - Chemical #2 lb - Chemical #3 lb - Chemical #4 lb - Chemical #5 lb - Chem ical #6 lb Annual Energy Usage - Energy kWh j Motes: I. BW frequency is the time between BW operations during which the membrane unit is in I filtration mode. Other frequencies are elapsed time (i.e., clock time). 12. Overall Duration ofB W and other operations is the total time the unit is not producing filtrate. 13. Integrity test description, including frequency and duration to apple for design calculations, as required in the specifications. Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner. Offeror hereby further agrees to pay to Owner as liquidated damages the sums for each consecutive calendar day in excess of the times set forth herein above for completion of this f. project. _ Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 17 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the 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 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. 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. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: - FEDERAL TAX ID or SOCIAL SECURITY No. ,Nl/N%`BE Finn: Woman I I Black American I Native American flis anic American I I Asian Pacific American I Other (S ecifv) s :.: City of Lubbock Membrane Filtration System Procurement - Comments May 7, 2009 Exception or Section Paragraph Proposer's Comment Clarification Engineer's Response to Comments 01660 Pall standard Is not to provide training in creation and Exception See Addendum No. 2. Item 3 modification of control algorithms and logic function programming. HIM and PLC software training Is limited to topics necessary for operation and maintenance of the filtration 11635 1-1 "the compressed air Package used for membrane integrity testing Exception See Addendum No 1. item 2a shall be separate from that for valve or pump actuation and Other instrument air uses.' - One compressor system shall be provided to supply compressed air for both Integrity testing and valve j actuation. The air supplies will be separated on each valve rack.I This allows for one common receiver tank and one common I supply pipe from the compressed air system to the valve rack. 11635 1-1. "Each required compressed air package shall rnciude two factory Exception See Addendum No 1. Item 2a, packaged air compressors, each with separate refrigerant dryers. au ; receiver, controls, valves and piping and all accessories" - The two compressor packages shall discharge to a common receiver tank. 11635 1.2.06. "Compressed air produced for the MFS shall be processed through Exception It is Black & Veatch's position mat the equ.*ment the following maior system components in the listed order. Rotary peo6ed is required. Dryce does not work as �ef5cently Screw Compressor Packages, Ot Mist Eliminator. Air Receiver, Air ,t upstream of-ecO.ver M,sl eliminator Dryer, Coalescing Filter, Vapor Carbon Filter. Particulate Filter' - needs to be upstream of particulate and The typical order is; compressor, air dryer, particulate filter, coalescing filters. Mist eliminator takes out large coalescing filter. Pall typically supplies an Atlas Copco GAS slugs of oil which would blird coalescing filters compressor package, which Includes the dryer, particulate filter, Carbon filter is needed to further reduce chance of and coalescing filter within the sound attenuation enclosure. ofin air if air w 11 contact potable water Any components located downstream of the receiver will need to be sized for maximum flow (Integrity test), which is much higher than typical Flow (valve air) as well as the maximum Flow from the compressors, so they would be larger than necessary. Also, the dryers would be likely to freeze up and fail. Vapor carbon filters tend to be used for systems that use synthetic oil or applications that require aesthetic polishing, which valve actuation and integrity testing do not. Oil mist eliminators are simply huge coalescing filters, and are not typically used for this type of application either. 11635 1-3.01. Atlas Copco considers bearing data to be proprietary Exception Detailed information is not required Orly enough Information and will not share it. information needed to establish life of bearings. 11635 1-3.01. Motors - The standard motors for Atlas Copco GA series Exception Generally Siemens and WEG inolois are compressors are Siemens or WEG, with no mechanical seal for acceptable, but insufficient data was submitted to the shaft or drain hole, and the bearing manufacturer Is confirm that the specific motor proposed would be different. acceptable. All substitutions proposed must meet the requirements of Specification Section 01015, Paragraph 6, SUBSTITUTES AND "OR -EQUAL" ITEMS 11635 1-3.01. Activated Carbon Filter - This type of filter is unnecessary for this Exception Requirement remains as published. Was of socillcatlon. 11635 1.3 01. Oil Mist Eliminator - This type of filter Is unnecessary for this type Exception Requirement remains as published. of application. 11635 2-1. "Seismic zone Site Class D. Seismic Design Category A" - No Exception Requirement remains as published seismic rating from Atlas Copco. 11635 2-2. Mist Eliminator - This type of filter is unnecessary for this type of Exception Requirement remains as published 111011111cation. 11635 2-2- Air Receiver - One common air receiver shall be supplied. Exception See Addendum No 1, Item 2 11635 2-2, Vapor Carbon Filter - This type of filter is unnecessary for this I Exception Requirement remairs as published type of application. 11635 2-3 Radial Roller - Roller bearings are used for large, slow moving Exception Ball bearings appear to meet the -rtenl of the i iscrews, but are not appropriate for small, fast moving si rews. speoficatiors, but all substiluhors pr000sed must ;Ball bearings are typical. I meet the requirements of Specification Section 101015, Paragraph 6. SUBSTITUTES AND "OR. EQUAL" ITEMS 11635 2.5.01 _ "Motor starters shall be full voltage. nonreversing." - Motor starters Exception The intent of this commerl is urclear The reed are not nonroveralng. .for reversing motor starters is not known 11635 2-5.01 Magnetic motor circuit protectors shall be molded -case circuit Exception i breakers with instantaneous trip elements. The breakers shall be manually operated with quick -make. quick -break, trip free toggle mechanism." - The Atlas Copco factory will need to review this to I see if they comply. Page 1 City of Lubbock Membrane Filtration System Procurement - Comments May 7, 2009 Exception or Section Paragraph Pro osees Comment Clarification Engineer's Res onse to Comments 11635 2.5 01. "An external manual breaker operating hardle with prov,siocs for up Exception This =s acceptable to three padlocks shall be provided on each starter The access door shalt be interlocked with the motor circuit protector so the door cannot be opened while the breaker ;s closed. except by an ;rtedock override." - The motor starter shall be located in the compressor panel. The circuit breaker shall be located in the MCC. The Lock out shall be located at the circuit breaker. 11635 2.5.01. "Each compressor shall be provided with a'Hard-OH-Auto' elector Excepton Controls functionally equivalent to tie switch or equivalent controls within the solid state compressor requirements of the spec f cahors must be controller."- No HOA switch available. The Electronicon panel on provided as =nduated by the prov s,on "or each compressor package includes local control functionality, equivalent controls" 11635 2.5.02. "The compressor control system shall automatically start, stop, load, Exception i. Pressure reducing valves are included to unload, and control capacity to provide constant downstream air ensure a constant pressure downstream 2. pressure." - Downstream pressure shall not be constant. That Typically. the compressor vendor suonbes a solid would eliminate the justification for a receiver tank. The stale panel to protect their compressor. These compressor system shall be controlled by the master PLC In the functions would rot be expected to be performed Master Control Panel. The system shall maintain the required by SCADA. The compressor vendor is the best volume, which will fluctuate. equipped to know how to protect their compressor without potential of voiding the warranty- If this system is used, the compressor vendor will need to confirm this during submittals 11635 2-5-02. "Low oil level andior pressure." - This Is not displayed on the Exception This appears to be acceptable. but all Electronicon panel. If oil level or pressure drop, the compressor substitutions proposed must meet the will begin to heat up. The system Is designed to shut down requirements of Specification Section 01015, based on temperature, at a temperature that Is within the Paragraph 6, SUBSTITUTES AND "OR -EQUAL" ITEMS.. 11635 2-5.02. "Controls shall be designed to allow testing of the alarm indicators Exception Controls functionally equivalent to the without actuating the remote alarm." - No internal testing Is requirements of the specifications must be available. provided. Sufficient data has not been submitted to review this comment 11635 2-5.02. "A multi -position selector switch shall be provided to select the Exception See comment above concerning vendors starting order of each unit. The selector switch shall be installed in a concurance to proposed control method NEMA 1 enclosure for field mounting on the wall or a pedestal." - The master PLC shall control the compressed air system. 11635 2-5.04. "A solid-state electronic controller or equivalent electromechanical Exception See comment above concer^irg vendors controls shall be furnished for automatically starling, stopping and concurance to proposed control method adjusting capacity of each compressor to maintain the system pressure required." - Master PLC shall control the compressed air s stem. 11635 2-6. "Ail rotating parts shall be accurately machined and shall be in as Exception There should not be a compressor rlet valve nearly perfect rotational balance as practicable. Excessive vibration provided. Please corf:rm Also corflrmatior is shall be sufficient cause for rejection of the equipment. The mass of required that there Is a time delay tc override the unit and its distribution shall be such that resonance at normal vibration protection on machire start up. operating speeds is avoided. In any case, the unfiltered vibration displacement (peak -to -peak), as measured at any point on the machine, shotl not exceed 5 mds." -When the inlet valve opens or closes, and when the motor starts up there will be a spike In excess of 5 mil. 11635 2-6 "At any operating speed. the ratio of rotative speed to the critical Exception No comment. speed of a unit or its components shall be less than 0.8 or more than I 1.3 " - Atlas Copco will have to review this requirement. 11635 2-7.01 ""Engineering Standards - Multiple V-Belt Drives" published by the Exception No comment. Multiple V-Belt Drive and Mechanical Power Transmission Association. Belt drives shall have a service factor of at least 1.6 at maximum speed based on the nameplate power rating of the drive motor. The speed reduction ratio of belt drives shall not exceed 4 to 1. Each belt drive shall include a sliding base or other suitable means of tension adjustment." - Atlas Copco will have to review this reoulrement 11635 2-8,10. "The air dryers shall be provided for separate installation Exception See response above. downstream of the receivers. Dryers installed in the compressor acoustic enclosure will not be acceptable." - Dryers shall be Integral to enclosure. 11635 2-8,11 'The filters shall have a replaceable cartridges. The filters shall be as Exception Atlas Copco appears to be acceptable for this manufactured by Hankison, Filtente, Pall Emflon II Serires, service• but all substitutions proposed must meet or equal." - Please add Atlas Copco. the requirements of Specificaton Section 01015. Paragraph 6, SUBSTITUTES AND "OR -EQUAL" ITEMS. Page 2 City of Lubbock Membrane Filtration System Procurement - Comments May 7, 2009 Exception or Section Paragraph Proposer's Comment Clarification Engineer's Response to Comments 11635 2-8.13 "Particulate filters shall be manufactured by Gardner -Denver. Exception Atlas Copco appears to be acceptable for this Hankison, Kaeser. Pioneer. Sullair. or equal." - Please add Atlas service, but all substitutions proposed m.usl meet Copco. the requirements of Specifcation Sectren 01015. Paragraph 6. SUBSTITUTES AND "OR -EQUAL" ITEMS. 11635 2-8.14 "The regulators shall be Fisher, or equal." - Please add Atlas Exception Atlas Copco appears to be acceptable for Ih,s Copco- service, but all substitutions proposed must meet the requirements of Specification Section 01015. Paragraph 6. SUBSTITUTES AND "OR -EQUAL" I ITEMS. 11636 1-1, 'The blower unit shall be a current standard product of the blower Clarification manufacturer and shall be a fully shop assembled package by the blower manufacturer or his designated representative. All accessory items, including the acoustic enclosure, shall be furnished by the blower manufacturer." - Pall understands this to be the Intent of this specification, and has included the following comments with that intent 11636 1-2.04. "Unless otherwise indicated, power supply to the equipment shall be Exception A single power supply is acceptable as long as all 480 volts, 60 Hz, 3 phase. Power supply for controls shall be 120 power requirements for the equipment are met volts, 60 Hz, single phase." - Roots EasyAlr blower packages have from the single power supply a sin le Power supply. 11636 1-3. "Stage 1 Submittals Complete assembly and installation drawings, Exception Comment unclear 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. Device 11636 2.3. "Intake 8 Discharge Filter Silencers" - Roots EasyAlr standard Exception We are concerned about Easy Air packages with blower packages do not meet these requirements. 2-10be blowers with standard silencers because of the inability to provide attenuation of low frequency noise Regarding 3-lobe Easy Air packages. it is our understanding that the 3-lobe units do not have 5 years Operating experience to demonstrate their long term rehabddy. Ir summary, while Roots blowers are accectable.. the intent Of the specification �s for a trad=bonal package with silencers wh•ch meet the specification requirements 11636 2-5.06. "The intake silencer shall be supported horizontally above the Exception See response above. blower" - Roots EasyAlr standard blower packages do not meet this requirement. 11636 2-5.07. "Silencers shall be equipped with ported tubes and air passageways Exception See response above to reduce blower pulsations and system air noise from the blower. There shall be no 'fine of sight" passages within the silencer design." - Roots EasyAlr standard blower packages do not meet this reaulremeriL 11636 2-5.07. "if resonance in the piping occurs, an independent consultant shall be Exception See response above. contracted to analyze the noise. If the resonance is the result of pulsations emanating from the blower package, then the CONTRACTOR will be liable for the charges relating to the acoustical analysis and correction Of the problem." - Pall shall not be liable for charges relating to acoustical analysis and/or correction of any perceived problem with resonance, 11636 2-5.08. "Blower all drain piping shall be piped to outside of enclosure and Exception This appears to be acceptable but all substitutions terminated with a threaded pipe cap.' - Roots EasyAir standard proposed must meet the requirements of blower packages do not meet this requirement. Specification Section 0 10 15. Paragraph 6. SUBSTITUTES AND "OR -EQUAL" ITEMS 11636 2-5.08. 'Thermostats shall be furnished for the acoustic enclosure ventilation Exception If a system with the vent fan driven by the blower fan control with a timer to ensure the ventilation fan continues to run is provided, the vendor will need to submit for a time period after the blower shuts off." - Roots EasyAir verification that acceptable temperatures are standard blower packages do not most this requirement. ' maintained in the enclosure All substitutions proposed must meet the requirements of Specification Section 01015. Paragraph 6, SUBSTITUTES AND "OR -EQUAL" ITEMS. 11636 2-6.02. "Filters shall be suitable for continuous weather exposure in exterior Exception See response above. locations and shall be supported at least 3 feet above the surrounding grade. Clear maintenance space of at least 3 feet shall be provided on all sides where filter panels are mounted. - Roots EasyAir standard blower packages do not meet this Page 3 City of Lubbock Membrane Filtration System Procurement - Comments May 7, 2009 Exception or Section Paragraph Proposer's Comment Clarification Engineer's Response to Comments 11636 2-6A5.01. "For valves 2 inch and larger, the safety valves shall be weighted Exception Requirement rema ns as pubicsted type, anodized aluminum. as manufactured by Pathfinder Systems, Inc or equal. Weights shall be chrome zinc plated and provided in half pound increments for settings below 15 psig. The valves shall be suitable for temperature up to 300"F. Set points shall be at least 1 psi above the rated blower discharge pressure." - Roots EasyAir standard blower packages do not meet this requirement. 11636 2-9.03, "Each blower shall be fum,shed with a blower control panel." - Exception JSee comment above cenceri.rg vendors Blowers shall be controlled by the Master PLC. Local panels concurance to proposed control method Control shall not be supplied. funcborally equivalent to the requiremerts of the specificat*ors must be crovided 11636 2-9 04 See comment for Section 11636 paragraph 2.9.03 Exception See 2-9 03 above 11636 2-9.05, "Solid state vibration detection systems shall be furnished and Exception See Addendum No. 1. item 3b ( installed to monitor vibration in each blower bearing and motor bearing. Vibration detection system shall be manufactured by Robertshaw Vibraswdch Model 376A-A3-F4, without exception. The vibration, detection system shall be rated for a 120 volt ac supply voltage obtained from the blower control pane!." - Roots EasyAir standard blower packages do not meet this requirement. 11636 2-10. Standard coatings for Roots EasyAir packages shall be Exception Insufficient data was submitted to review this provided. Painting must meet functional requirements of specifications. All substitutions proposed must meet the requirements of Specif..cation Section 01015. Paragraph 6, SUBSTITUTES AND "OR - EQUAL" ITEMS. 11636 2-11. Dresser Roots will not provide this service. Exception Requirement remains as published 11636 3-2.03. Dresser Roots will not provide this service. Exception Requirement remains as published 13030 1-1.e. "post -proposal piloting" may require that Contractor modify scope Clarification The specificaton states "post -proposal piloting, if at no cost to Owner. However, no post -proposal piloting is any". Since no post -proposal pilut requirements scheduled for this project, so this statement Is null. Design are specified, this does not apply to this project. parameters will be based on the piloting that has already been completed. This applies to the CIP system and MW system in 13030 1-1.j. "In case of submerged membranes, CONTRACTOR shall provide a Clarification in Table 1. Award Criteria in Section 00800. module service platform, including overhead traveling bridge -type Owner reserves the right to include capital cost of crane equipment, that will provide access for removal, repair, and structures, facilities and other work necessary in replacement of membrane modufeslelementslcassettes." - How Is the evaluation of bids, which will be evaluated as the cost of this equipment factoring into the evaluation? indicated. 13030 1-1.01 "For submerged membrane systems, the Construction Contractor will Clarification In Table 1. Award Cdtena m Section 00800. furnish the membrane tanks." - Now Is the cost of this equipment Owner reserves the right to include capital cost of factoring Into the evaluation? structures, facilities and other work necessary in the evaluation of bids. which wall be evaluated as indicated. 13030 1-1.01 "Installation of the MFS components and wiring will be done by the Clarification We are not aware of any conflicts None were Construction Contractor' - This statement shall supersede any pointed out by Pail, contradictory statements throughout the specification. Wiring on all equipment provided by Pall will be wired by Pall, any other wiring required will be done by the construction 13030 1-2.03.d. "The MFS shall be programmed and operable such that the ntegnty Clarification See Addendum No 2. Item lb, testing, backwashing, or maintenance washing of two or more trams does not occur concurrently." - Pall Corporation's Interpretation of this statement Is that no 2 racks can be ottline simultaneously for the same type of cleaning, but one rack can be offline for maintenance wash while another is offllne for backwash. 13030 1-2.03.h "The transmembrane pressure (TMP) shall not exceed 20 percent of Clarification See Addendum No 1. Item 4a the difference between the clean membrane TMP and the maximum allowed TMP (when a CIP is required). Clean membrane TMP shall be measured 2 minutes after a backwash and within 12 hours after a CIP or clean membrane TMP shall be as submitted by i CONTRACTOR with the proposal, whichever is lower. Maximum I TMP (when a CIP is required) shall be as submitted by CONTRACTOR with proposal and shall be basis for determining need to conduct CIP " - The Intent of this statement is unclear. - The basis for determining need to conduct CIP shall be time (30I day interval). Page 4 City of Lubbock Membrane Filtration System Procurement " Comments May 7, 2009 Exception or Section Paragraph Proposer's Comment Clarification Engineer's Response to Comments 13U30 1.4 01 "Wade at least three techr cal information submittals. Proposal. Exception The addd oriel suomatais are ferGeC to address Second. Final) are required by the Specifications. additional follow. I issues that may rot have beer adequately up submittals may be required to address ENGINEER'S questions addressed by the CONTRACTOR .r the ill and Requests for Information. These additional submittals shall be submittals specifically required, provided by CONTRACTOR as required at ro extra cost to 1 " Please be advised that any additional submittal I DOWNER requirements that are not defined In the specification may Impact system price andfor submittal schedule without recourse 13030 2-1 "The membrane system will treat water from Lake Alan Henry near Clarification information concerning the plate settler pilot units Lubbock, Texas that has been pretreated, as described herein, with will be provided upon request. Any data provided preoxidation with chlorine dioxide and/or hypochlorite (optionally, is for information only and shall rot be considered periodically, or continuously, at the Owners discretion), coagulation, part of the Specifications for the Membrane flocculation, and clarification (possibly with plate settlers, at the Filtration System Procurement j Owner's discretion)." - Please provide the membrane feed water quality data and detailed description of the pretreatment process that was followed during the pilot testing, including the chemicals used, dosing concentrations, and contact limes. 13030 2-1 Please remove alum and ferric sulfate from the lists of Exception Requirement remains as published pretreatment and recycle stream chemicals. Pall Corporation has experience with all listed chemicals, but only PACI was used during the pilot phase and all design parameters should 13030 2-2.03. "Maximum allowable TMP shall be up to 38 psi for encased Clarification We are not aware of any conflicts. None were membranes, -12 psi for submerged types of membranes, or the pointed out by Pall. module's pressure rating minus pressure due to losses, elevation, and manifold pressure, whichever yields the lowest absolute value." - This definition of maximum allowable TMP shall supersede any contradictory statements throughout the specification. 13030 2-3 "sufficient turndown to deliver mirlimuin specified Bow without Clarification Requirement remains as published affecting the pumps' performance or violating the latest Hydraulic Institute standards." - Please provide the applicable language from the latest Hydraulic Institute standards.. 13030 2.5.01 "For encased systems. the trains shall be assembled by the Exception Requirement remains as published CONTRACTOR." - Please change CONTRACTOR to CONSTRUCTION CONTRACTOR. Please note that Pall does not install systems. 13030 2-5 01 "Each train...operator-selected filtrate production capacity equivalent Clarification Requirement remains as published to a flux between 50...and...155 percent of the Maximum Instantaneous Flux specified herein." - Please reduce the top and of this range to 110 % , to correspond with hydraulic reauirements for the rack clesfan. 13030 2-5.04 "All membrane pressure vessels, membrane modules, piping, Clarification Requirement remains as published instrumentation, and other appurtenances which make up a single membrane train shall be supported on a single structural frame." - Peil will provided a valve rack which shall arrive assembled on a j frame, the membrane rack is assembled on site from premanufactured piping and frame subassemblies. 13030 2-5.04 Comment Deleted 13030 2-5.08 Comment Deleted 13030 2.6 Comment Deleted 13030 2-7.06, Comment Deleted 13030 2-7 09. "The discharge check valve on the CIP system cleaning solution. Clarification As wrhen, the specification requires only neutralization system (if required), and heat water recirculation compressed air check valves to be rated at 600 pumps shall be provided as specked. Compressed -air system check psi. Requirement remains as published. valves shall be disc type with stainless steel bodies rated at 600 psig and as specified." - Please approve Pall standard Keystone Prince 810 serlea. 13030 2-7.10. "Each MF/UF train shall include sample valves on the feed, Exception Requirement remains as published, filtrate, and backwash/backpulse." - There Is a sample tap on the filtrate pipe on each valve rack, but not on the feed or backwash pipes. These can be added to the off skid piping for those connections by the CONSTRUCTION CONTRACTOR. 13030 2.8. "The systems shall have all control panels, pumps. motors, and Clarification Consolidating chemical transfer equipment on associated components on a common skid to the maximum extent single skids where compatible chemicals are possible: however, separate skids shall be provided for each CIP combined and where space shown on the chemical and each MW chemical." - Local control panels for air drawings attached to the specifications is not operated double diaphragm transfer pumps will add substantial compnmised appears to be acceptable Local additional cost to this project. Chemical transfer equipment control panels are required All substitutions could be consolidated onto fewer skids based on service and proposed must meet the requirements of layout as well, hypochlorite and sodium bisulfate for example. :peo rcatior Section 01015, Paragraph 6. SUBSTITUTES AND "OR -EQUAL" ITEMS. Page 5 1 City of Lubbock Membrane Filtration System Procurement - Comments May 7, 2009 Exception or Section Paragraph Proposses Comment Clarification Engineer's Response to Comments 13030 2-8. "Where required, chemical storage tanks shall be furnished by the Exception Requirement remains as publ=shed. CONTRACTOR.' - Chemical storage shall be b others. 13030 2-8.01. "Fiberglass reinforced plastic (FRP) CIP /neutralization process Clarification Requirement remains as published. tanks and equipped with immersion heaters where required, with the ability to elevate solution temperature to 20 degrees Celsius within a 4 hour period." - Pall standard CIP and Neutralization tanks are HDPE. Please confirm if this Is acceptable 13030 2-8.01. "At least two equally sized (duty and one standby) pumps shall be Clarification Requirement remains as published provided for each required service. The pumps shall be ANSI process, horizontal end suction centrifugal type, constructed of Type 316 stainless steel and shall meet the requirements specified (see Section 11115).' - Please approve one MW pump, one CIP pump, and one shared standby pump all on one skid. 13030 2-8 02. "CIP and MW chemical transfer pumps for the same chemical may Clarification Requiremert remains as published share a common standby pump if recommended by the CONTRACTOR." - The chemical transfer pumps are used for approximately 15 minutes per batch of chemical solution. Therefore, one transfer pump can easily supply chemical for both the MW and GIP system without holding up cleaning schedules. Additionally, the Wiiden air operated double diaphragm pumps used for chemical transfer are small, lightweight, and simple to switch out In the event that one requires maintenance. Please approve the use of two pumps per chemical, one duty and one standby, with automated valves on skid to direct the chemical to the MW or CIP system. 13030 2-8 02 Comment Deleted 13030 2-9. 'The CONTRACTOR shall provide sufficient instrumentation to Clarification Refer to Addendum No. 2 for changes made to the monitor backwash system operations. including as a minimum flow instrumentation and control systems and pressure, and provided analytical instruments needed to monitor injection of maintenance wash treatment chemicals. All monitored parameters shall be displayed locally and on the system workstation." - No MW chemicals will be added to the backwash system. A Pressure Indicating Transmitter and a Flow Indicating Transmitter shall be provided. Local workstation shall be Interpreted to mean Master Control Panel. 13030 2-10. Comment Deleted 13030 2-10. "The compressed air package used for membrane integrity testing Exception See Addendum No 1, Item 4e. shall be separate from that for valve or pump actuation and other instrument air uses." - One compressed air system consisting of two compressors (one duty and one standby) shall be supplied. The air supply shall be split Into Integrity test air supply and valve actuation air supply on each valve rack. 13030 2-10. Comment Deleted 13030 2-12.01. "Ail panels provided with the membrane system shall be NEMA Type Clarification See Addendum No 2. Item 7, 4X Type 316 stainless steel." - PALL standard for MCP located in an environmentally controlled room is NEMA 12 painted carbon steel. Panels located In non -environmentally controlled process areas are NEMA 4 painted carbon steel. 13030 2-13,01 01 Comment Deleted 13030 2-13.09.(d) Comment Deleted 13030 2-13.09. d Comment Deleted 13030 2-14. See comment for section 13030 paragraph 2-5.04 regarding Exception Requremert remains as published point spec. 13500 1-2 04 "The CONTRACTOR shall coordinate with the OWNER, and Clarification Refer to Addendum No 2. Item 8b CONSTRUCTION CONTRACTOR to make available all desired membrane statuses and control to the overall Plant Control System (PCS) to be provided by the CONSTRUCTION CONTRACTOR. The CONTRACTOR shall attend coordination meetings as described I { harem for interfaces with other parts of the plart." - What status and control signals are required to be made available? Cost impact and ability to comply dependant on list. Page 6 I City of Lubbock Membrane Filtration System Procurement " Comments May 7, 2009 Exception or section Paragraph Proposer's Comment Clarification Engineer's Response to Comments ! 13500 1-3 If any departures from the drawings or specifications are deemed Clarification Refer to Spec4zat+on Section O'.015. Pwng•acn necessary by the CONTRACTOR- details of such departures and the 6. reasons shall be submitted to ENGINEER for review with or before l the first stage submittal. No departures shall be made without bror j written acceptance. - Please note that Pail reserves the right to submit alternatives during the draft technical submittal process. 13500 1-3 "Regular upgrades for any software shall be provided to OWNER for Clarification Software upgrades necessary for maintenance I 10 years from Notice To Proceed' - Must define 'regular repair and prbcer operator of the system during i upgrades' and 'any software' before east impact can be th-s cenod are required 13500 2.4.01 "All equipment located m non air conditioned indoor areas shall be Exception See Addendum No 2. Item 71, otherwise no suitable for an ambient temperature range of 0°C to 50'C and a change to the requirements. relative humidity of 10 to 95 percent, noncondensing" - Maximum operating temperature Is 40 degrees C. Building shall be designed with sufficient HVAC to prevent temperature from 13500 2.4.01 "Heaters and air condnioningicooling equipment shall be provided Clarification See Addendum No 2 Item 71, otherwise no where essential to maintain equipment within its manufacturer charge to the requirements. recommended operating ranges." - see comment for Section 13500 Paragraph -4.01 13500 3-2 "The CONTRACTOR shall fully configure the system using data Exception See Addendum No. 2 for changes made to the provided herein or supplied by the ENGINEER and/or the OWNER instrumentation and control systems. Besides the after award of the contract." - Please note that this may impact changes made by addendum, the requirements cost due to the open nature of the requirement. Coot adder remain as published cannot be determined until details are known. 13500 3-2.02 'Graphic screens shall be representations of the equipment and Exception See Addendum No. 2 for changes made to the piping. The screens must accurately stow all devices and equipment instrumentation and control systems. Besides the that is part of the control loops. These items must be done in changes made by addendum, the requirements accordance to the OWNER configuration standards and conventions remain as published. as outlined in the design standards meeting-" - Please note that this may impact cost due to the open nature of the requirement. Cost adder cannot be determined until details are known. 13500 3-2.02 'AII graphic screens shall be provided to the OWNER for review and Exception See Addendum No. 2 for changes made to the approval prior to testing or installation. Additionally. sample drawings instrumentation and control systems. Besides the or screen captures of typical OR interface screens shall be provided changes made by addendum, the requirements to the System Supplier to coordinate the development of the PCS remain as published. HMI screens" - Please note that this may impact cost due to the open nature of the requirement. Cost adder cannot be determined until details are known. 13500 3-2,04 A "Software Configuration Standards and Conventions" document Exception See Addendum No 2 for charges made to the shall be developed and prepared by the instrumentation and control systems Besides the CONSTRUCTION CONTRACTOR.... The CONTRACTOR shall changes made by addendum. the requirements coordinate as necessary during the configuration coordination remain as published j meeting described below to determine and obtain the final approved- version of the standards and conventions prior to commencing with any system programming " - Please note that this may Impact cosil due to the open nature of the requirement. Cost adder cannot be determined until details are known. 13500 3-2.05 "The CONTRACTOR shall be resoonsible for understanding and Exception See Addendum No 2 for , hanges made to the complying with all OWNER standards." - Please note that this may instrumentation and control systems. Besides the impact cost due to the open nature of the requirement. Cost changes made by addendum. the requirements adder cannot be determined until details are known. remain as published. 13500 3-2.05 "At this meeting, the CONTRACTOR shall provide color printouts of Exception See Addendum No 2 for changes made to the the MFS screens for review. Prior to the factory acceptance test, the instrumentation and control systems Besides the CONTRACTOR snail provide an interactive demo of the HMI screen changes made by addendum. the requrements layout, screen navigation, colors, animation, and content for the remain as published. OWNER and ENGINEER'- Color copies of sample screens shall be Provided. 13500 3-3 01 The CONTRACTOR shall provide the services of control system Exception See Addendum No. 2 for changes made to the engineer to download programs to the plant control system instrumentation and control systems. Besides the hardware, test, and advise others of the installation, operation, and changes made by addendum, the requirements testing of the plant control system.' - Plant Control System by remain as published. others. Installation, operation, and testing of PCs is out of PALL scope, Page 7 City of Lubbock Membrane Filtration System Procurement • Comments May 7, 2009 Exception or Section Paragraph Proposer's Comment Clarification Engineer's Response to Comments 13500 3-3.04.03 "If interrelated devices furnished by other suppliers or under other Exception See Addendum No. 2 for cnarges made to the contracts, such as valve actuators, motor controls. chemical feeders, instrumentation and control systems Besides the and instruments, do not perform property at the time of system changes made by addendum. trie requ,remerts checkout, the CONTRACTOR shall use suitable test equipment to remain as published. introduce simulated signals to and/or measure signals from these devices to locate the sources of trouble or malfunction"- PALL will provide guidance for controls out of our scope but Pall shall not be hold liable, 13530 1.5 Processor modules 1 of each type used Clarification See Addendum 2, Item 71. Power supply modules 1 of each type used 110 modules 1 of each type used Communications modules 1 of each type used This definition of spare parts shall supersede any contradictory statements throunhout s eclficatlon. 13530 23.05 Comment Deleted 13530 2-4 The CONTRACTOR shall provide all necessary communications Exception See Addendum No. 2, Item 9a. hardware. Hardware shall be included for, but not be limited to, remote 110, data highway, host computer, fiber optics, Ethernet and radio. - Communications for Pall supplied equipment shall be by Ethernet. 13530 2 4.03 The CONTRACTOR shall provide all necessary cabling for the PLC Exception It is not intended that the CONTRACTOR supply communications network and PLC remote 1/O communications cabling connecting the components of the system. network. - Off -skid wiring shall be supplied and installed by others. 13530 2-9 03 The programming software shall allow off-line development of all Clarification This is acceptable PLC -related programming, including user annotation of the program, and creation and printing of application programs and 1/0 cross- reference lists. Special programming tasks originally provided by the MSS shall also be included. - Modifications of PALL supplied programs will require compliance with PALL software licensing 13530 3-2.02 The communications shall be fully configured and installed by Exception This is acceptable CONTRACTOR, and shall be operational before application software configuration by others. Communications shall be configured as shown on the drawings. - Installation of communication components by PALL will be limited to devices within PALL I supplied control enclosures. Cabling and other installation by others- 15095 1-2.02 All solenoid valves that have been assigned a number on the Exception This is acceptable. CONTRACTOR -provided MFS drawings or schedules, shall be provided with a permanent number plate. The location of number plates and the method of fastening shall be acceptable to ENGINEER. Numerals shall be at least i inch high and shall be black baked enamel on anodized aluminum plate. - Pall shall suipiphr a printed adhesive label affixed to each solenoid. 15095 2-1 Comment Deleted 15095 2-2.01 Valves shall be furnished with manual operators to allow valve Exception See Addendum No 2, Item 12a. operation when electrical power is off - PALL does not supply manual operators for sofenoid valves. Intent is to maintain process Intearity. 16150 all Comment Deleted Page 6 Specification Review Project: City of Lubbock, TX - Lake Alan Henry WTP 4 Section. Paragraph & Page Wording in Question Proposers Corn; ent or Proposed Resolution Engineer s Response 1 General Please confirm that a Bid A Bid Bond is not required. Bond is NOT required. The requirement is not in the specification 2 01610-1 Section 5 Lubrication The pumps offered are drained of oil for shipment Requirement remains as published. and must be re -filled in the field as part of the start up procedure. This lubricant is not provided and must be supplied by others. Please refer to the O&M manual provided with the equipment for type, grade,'etc. 3 11115-3 Section 1-7.01 Balance Acceptable levels of vibration shall be defined as The Hydraulic Institute Standards are the governing that which is allowed by the Hydraulic Institute standard for pumps provided under Section 11115. Standards. 4 01650-4 Section 7 Startup and Testing Siemens supplied third party equipment, such as Testing by equipment manufacturers will satisfy the blowers, pumps, compressors, etc, will come with Factory (or Shop) Testing requirement of the the factory shop test results being the sole basis for specifications, but NOT the required Field Testing acceptance or rejection of the equipment offered for including Mechanical Testing (by others), System reasons of performance. Demonstration Testing (by CONTRACTOR), and Peformance Testing b others). 5 01650-6 Section 7-5 "...a one -hour repair/replace Replace with: See Addendum No. 2, Item 2. period shall be allowed as "a repair/replace period shall be allowed as long as long as the system is not in the system is not in shut -down, provided the failed shut -down." item can be returned to service before its required use. If the item is in continuous service (i.e. pressure gage), then a two-hour repair/replace period should be employed." 6 11115-3 Section 1-3 Submittals Guaranteed pump efficiency shall apply to the rated The Hydraulic Institute (HI) Standards are the operating point as determined by the pump governing standard for pumps provided under performance test only to the Hydraulic Institute Section 11115. Pump efficiency shalt meet the Standards. requirements of the HI Standards. 7 11115-3 Section 1-8 Spare Parts Please note that where open impeller pumps are CONTRACTOR shall supply only the spare parts offered, wear rings are not applicable. In these that are applicable to the specific equipment cases a suction side plate can be offered as an provided. equivalent wear part. 8 11115-5 Section 2-4 "Each pump shall be Please change to read: See Addendum No. 2, Item 4.a. constructed of the following "Each pump shall be constructed of materials that materials:" meet or exceed the following materials 5/7/2009 Page 1 Specification Review Project: City of Lubbock, TX - Lake Alan Henry WTP Wording in ties on ioposers. • eso u ton 9 11115-6 Section 2-5 Pump Construction The Gould's Model 3180 model is a self venting Exceptions to the specifications for items that are design and if used (unknown at this point) tapped not applicable to the specific equipment provided by vent connections will not be required and will not be the CONTRACTOR will be considered on a case - included. by -case basis during the submittal phase as long as adequate supporting information is provided. Ail substitutions proposed must meet the requirements of Specification Section 01015, Paragraph 6, SUBSTITUTES AND "OR -EQUAL" ITEMS. 10 11115-6 Section 2-5.04 Wearing Rings Where open impeller pumps are offered, wear rings CONTRACTOR shall supply only the parts and do not apply. components that are applicable to the specific equipment provided. 11 11115-7 Section 2-5.09 Equipment Bases "The motors offered are will not be doweled to the Equipment bases procured by CONTRACTOR base. This should be done in the field (by others) need to allow for installation of tapered dowels (by after final alignment if so desired." others). 12 11115-8 Section 2-8 Shop Testing One job motor will be used to test all pumps for a See Addendum No. 2, Item 4.b. given service. Typical motor perfornance will be provided. 13 11636-5 Section 2-2 "Dresser Roots (2-lobe Dresser Roots has 34obe blowers as well. Please It is B&V's understanding that the Dresser Roots 3- blowers only)" allow for these blowers to be used. lobe, units do not have 5 years of operating experience to demonstrate their long term reliability. Thus, while Dresser Roots blowers are acceptable, the intent of the specification is for a traditional acka a (2-lobe blowers only). 5/7/2009 Page 2 , A M Specification Review Project: City of Lubbock, TX - Lake Alan Henry WTP # Section Paragraph & Page Wording m Question Proposer Comment or Proposed ResolUtion Engineer s Response 14 11636-9 Section 2-5.08 "An internal ventilating Aerzen's and Roots' design do not have electric If a system with the vent fan driven by the blower is system shall be provided for vent fans on the enclosures but rather have the provided, the CONTRACTOR will need to submit the enclosure. The ventilation vent fan running off the blower's shaft and there verificatior that acceptable temperatures are system shall utilize a 120 volt need no electricity and the thermostat would not maintained in the enclosure. All substitutions ac rated electric motor driven work either unless tied to the main motor to operate proposed must meet the requirements of ventilating fan to draw the blower. Please edit the language to Specification Section 01015, Paragraph 6, ambient air into the enclosure accommodate for this design difference. SUBSTITUTES AND "OR -EQUAL" ITEMS. for cooling the enclosed equipment prior to exhausting the air outside of the enclosure. Air inlet and exhaust openings shall have I noise abatement features that meet the maximum noise level specified when the ventilating system and blower are operating simultaneously. The ventilating fan shall be powered and controlled through the blower Control panel. Thermostats shall be furnished for the acoustic enclosure ventilation fan control with a timer to ensure the ventilation fan continues to run for a time period after the blower shuts off." 15 11636-10 Section 2-6.03 Blowoff Silencers Roots' package has a relief valve inside the sound While Roots blowers are acceptable, the intent of enclosure in the rear and the blowoff silencer really the specification is for a traditional package with would not be of any additional value. If the concern silencers which meet the specification is the startup procedure, it is recommended that an requirements. All substitutions proposed must meet unloaded start valve be employed, once again that the requirerents of Specification Section 01015, is inside the sound enclosure and thus no blow off Paragraph 6, SUBSTITUTES AND "OR -EQUAL" silencer required. From looking at the start-up ITEMS. procedure, delete valve having to open and close and only use the unloaded start valve mounted inside enclosure, the valve does all that by itself and you don't need a silencer. 16 11636-11 Section 2-6.06 & Pressure Gauges Roots mounts gauges in the Sound Enclosure Requirement remains as published 11636-14 Section 2-9.03 Panel and they are 2.5". Please allow for this arrangement. 17 11636-12 Section 2-6.09 & Thermometers Roots mounts thermometers in the Sound Requirement remains as published 11636-14 Section 2-9.03 Enclosure Panel and they are 2.5". Please allow for this arrangement. 5/7/2009 Page 3 Specification Review Project: City of Lubbock, TX • Lake Alan Henry WTP Dn. Paraoranh & Paae Wordino in Quastion Pronosers Comment or Pr000scd Resolution Enaineer's Resn 18 11636-14 Section 2-9.03 "Each blower shall be Vibration switches are generally a centrifugal See Addendum No. 2, Item 5.a furnished with a blower blower requirement. Due to the smaller size of PD control panel. The blower blowers, there may not be space to mount the control panel shall be probes in the head plates. furnished with all gauges, relays, pilot devices, indicators, etc., required to monitor and shutdown its respective blower for the following conditions : high discharge air temperature, high discharge pressure, and high differential pressure across intake fitter. In addition, the blower control panel shall shutdown its respective blower for the motor and blower vibration s cified." 19 11636-15 Section 2-9.04 'The power entrance to each Please remove requirements of surge protection. This paragraph refers to electrical surge arresters, panel shall be provided with a That is an issue with centrifugal blowers and not PD not the aerodynamic surge characteristic of surge protection device, blowers. centrifuga blowers. Requirement remains as Surge protectors shall be published nominal 120 volts ac with a nominal damping voltage of 200 volts. Surge protectors shall be of nonfauiting and noninterrupting design, with a response time not to exceed 5 nanoseconds. Surge protectors shall be manufactured by Innovative Technology, Power Integrity Cor oration, or Transtector." 5/7/2009 Page 4 , Specification Review Project: City of Lubbock, TX - Lake Alan Henry WTP Proposed 20 13030-1 Section 1-1.a "Encased or immersed MFS Siemens WILL supply pipes internal or integral to See Addendum No. 2, Item 7.a trains to produce the net the CP skids but not "all train piping". Please filtrate production capacity remove that requirement and change the sentence including all membrane to read: modules, all train piping, all "Encased or immersed MFS trains to produce the internal valves, all external net filtrate production capacity including all valves including those membrane modules, all piping internal to the required to be automatically skid, all internal valves, all external valves including controlled by the system, those required to be automatically controlled by the analytical equipment, system, analytical equipment, instrumentation instrumentation devices, devices, Programmable Logic Controller/Operator Programmable Logic Interface Terminal (PLC/OIT)- based control Controller/Operator Interface system, pipes internal or integral to CONTRACTOR Terminal (PLC/OIT)- based provided equipment skids..." control system, pipes internal or integral to CONTRACTOR equipment skids..." 21 Comment Deleted. -provided 22 13030-2 Section 1-1.h "A complete backwash Siemens does not utilize a backwash storage tank, CONTRACTOR shall supply only the pans and system, including backwash pumps or basket strainers for the backwash components that are applicable to the specific MFS supply storage tank, pumps, system. As such please rewrite the sentence to or equipment provided. Requirement remains as basket strainers, valves, read: published. instruments, and controls "A complete backwash system, including backwash necessary for MFS supply storage tank (if required), pumps (if operations." required), basket strainers (if required), valves, instruments, and controls necessary for MFS operations." 5/7/2009 Page 5 Specification Review Project City of Lubbock, TX - Lake Alan Henry INTP & Pane Wordino in t7uestion Pronosai's Comment or Proposed Resc 23 13030-5 Section 1-2.03.d "All membrane filtration trains Siemens designs the system such that a greater Requirement remains as published. Refer to shall be designed to be in instantaneous flow is produced to account for the Paragraph 2-2,01 for a definition of "Net Filtrate continuous operation. No events which cause for skids to go temporarily Production Capacity". spare or stand-by trains shall offline.The operation scheme is in line with the be required to be provided by , equation provided by Black & Veatch defining net CONTRACTOR. The filtrate production capacity (13030-20 2-2.01). The membrane filtration trains specification also states multiple times that no shall continuously yield the redundant skids will be provided by the specified net filtrate CONTRACTOR (In the second sentence of the production capacity while referenced paragraph and later in the Guaranteed complying with the Performance Guarantee 13030-21 2-2.02). The specifications including the final sentence of this paragraph seems to contradict performance requirements the established operating scheme, in which no specified such as maximum redundant skids shall be required and the net filtrate flux, maximum production capacity takes into account down time transmembrane pressure required for backwash, pressure decay test, and (TMP), filtrate turbidity, maintenance dean. backwash frequency and Siemens would ask that the final sentence of the duration, maintenance wash referenced paragraph be deleted to further clarify frequency and duration, direct the design plan for the future plant: "Decreasing the integrity test frequency and required net filtrate production capacity while units duration, and recovery. are off-line for backwashing, maintenance washing, Decreasing the required net or integrity testing shall not be acceptable." Strict filtrate production capacity interpretation of this final sentence in the specified while units are off-line for language would mean that spare skids would need backwashing, maintenance to be available to accomodate units going off-line washing, or integrity testing for backwash, maintenance wash, or integrity shall not be acceptable." testing, contradicting the established intent of the s cification. 24 Comment Deleted. 5/7/2009 Page 6 d i Specification Review Project: City of Lubbock, TX - Lake Alan Henry WTP # Section. Paragraph & Page Wording . . or ProposedResponse 25 13030-7 Section 1-2.03.h "The transmembrane Please remove this requirement. Daily feed See Addendum No. 1, Item 4.a pressure (TMP) shall not conditions can and will vary. The daily TMP rise exceed 20 percent of the should not be specified, as long as the system difference between the clean overall can meet the requirements set forth by the membrane TMP and the bidding documents for the CIP, Maintenance Wash, maximum allowed TMP and Backwash intervals. (when a CIP is required). Clean membrane TMP shall be measured 2 minutes after a backwash and within 12 hours after a CIP or dean membrane TMP shall be as submitted by CONTRACTOR with the proposal, whichever is lower. Maximum TMP (when a CIP is required) shall be as submitted by CONTRACTOR with proposal and shall be basis for determining need to conduct CIP." 26 13030-7 Section 1-2.04 Anchor Botts Please make anchor bolts designed by Requirement remains as published. CONTRACTOR but supplied by CONSTRUCTION CONTRACTOR. 27 Comment Deleted. 28 Comment Deleted. 29 13030-11 Section 1.3.03 "...If the system fails to Please change to read: Requirement remains as published. perform during the warranty "if the system fails to perform during the warranty period, the CONTRACTOR period, the CONTRACTOR shall remedy the shall remedy the situation by situation by modifying operating protocols, cleaning modifying operating procedures, and as the sole option & Owners protocols, cleaning sole & exclusive remedy repairing/replacing procedures, damaged membrane modules, and/or adding repairing/replacing damaged equipment — all within the confines of the Contract." membrane modules, and/or adding equipment — all within the confines of the Contract." 5/7/2009 Page 7 Specification Review Project: City of Lubbock, TX - Lake Alan Henry tMTP Section Paragraph & Page, �Nordmg in Question 30 13030-11 Section 1-3.05 'The CONTRACTOR shall guarantee that future replacement membrane modules will be sold to OWNER at market price, but not to exceed the individual module unit price provided in the Proposal, escalated to the Consumer Price Index (see below), at any time within 20 years from acceptance of the installed MFS. Market price is defined as the average of the highest of three (3) membrane replacement price offerings in the previous five (5) public competitive membrane bids/proposals offered by the CONTRACTOR at the time of membrane replacement, or the list price, whichever is lower" 31 13030-12 Section 1-3.06 'The MFS shall not consume more than the chemical usage proposed by the CONTRACTOR on the Proposal Form, averaged over any 12 month period of operations and normalized to the specified net filtrate production capacity." 32 13030-15 See6on 1 4.01.0 "ISA format data sheets for all instrumentation provided with the system." Propose: s Comment or Proposed Resolution E ngineer s Response This statement says that Siemens must guarentee Requirement remains as published. that the membrane replacement price be less than or equal to the price in the proposal (adjusted by °the CPI) for the next twenty (20) years. Please change this to have the CONTRACTOR guarentee the price for the length of the warranty period. Therefore please change it to read the following: 'The CONTRACTOR shall guarantee that future replacement membrane modules will be sold to OWNER at market price, but not to exceed the individual module unit price provided in the Proposal, escalated to the Consumer Price Index (see below), at any time within 10 years from acceptance of the installed MFS. Market price is defined as the average of the highest of three (3) membrane replacement price offerings in the previous five (5) public competitive membrane bids/proposals offered by the CONTRACTOR at the time of membrane replacement, or the list price, whichever is lower" Siemens cannot accept this language as it implies See Addendum No. 2, Item Te that the system being supplied is linearly scalable as far as chemical usage goes. This is in fad not the case and may be explained best in an example. Please remove this requirement. Example: If 1 skid is designed to run at 3 MGD, the chemical usage is guaranteed to be X Ibs/year. That is based on a leaning regime determined by the guarantor. If that same skid were being run at 1/3 the capacity, or 1 MGD, it does not mean that the preprogrammed cleaning regime will be changed proportionally to clean 3 times less frequently or as frequently with 113rd the strength of chemical, in fact it will remain the same to maintain a cansistency in the operation of the plant. Please remove this requirement. Requirement remains as published 5/7/2009 Page 8 Specification Review Project: City of Lubbock, TX - Lake Alan Henry WTP Propos s Commentor ••• - 33 13030-24 Section 2-5.01 "For encased systems, the Siemens CP systems arrive in preassembled skids Requirement remains as published. trains shall be assembled by (two array blocks containing modules and one the CONTRACTOR." shared piping block per skid). These skids are factory tested prior to arrival on site and the only onsite assembly required will be placing on concrete blocks and piping up to the skids by the CONSTRUCTION CONTRACTOR. 34 13030-25 Section 2-5.01 "Each train shall allow Please indicate the intended duration (time per year Note that the MFS Performance Guarantee refers operational flexibility and and time continuous e.g. the units shall be run at a to specified Guranteed Performance Requirements hydraulic capacity such that it flux of 155% of the design flux for a maximum of 8 (Paragraph 2-2.02 of Section 13030) and not to a can be operated at an weeks in the year and maximum 2 weeks production capacity equivalent to 155% of the operator -selected filtrate continuously) of running the units at a higher flux Maximum Instantaneous Flux. Requirement production capacity than that what they are being designed for. This remains as published. equivalent to a flux between may affect warranty and other guarantees. 50 percent and up to 155 percent of the Maximum Instantaneous Flux specified herein." 35 Comment Deleted. 36 13030-26 Section 2-5.05 "After the air -pressure -hold Please change to: See Addendum No. 2, Item 7.h test has been selected, the "After the air -pressure -hold test has been selected, system shall automatically the system shall automatically conduct the test, conduct the test, apply a set apply a set point air pressure (± 15 psig) to the point air pressure (± 1 psig) to filtrate side of the fibers, and then shut off the air the filtrate side of the fibers, supply, monitoring the pressure as a function of and then shut off the air time." supply, monitoring the pressure as a function of time." 37 Comment Deleted. 38 13030-30 Section 2-8.01 "Fiberglass reinforced plastic Siemens has had good experience using HDPE Requirement remains as published. (FRP) CIP /neutralization tanks manufactured by Snyder for the neutralization process tanks and equipped process and would provide these tanks as a with immersion heaters where standard offering: Please allow for this type of tank required, with the ability to to be supplied in lieu of the specified FRP tank. elevate solution temperature to 20 degrees Celsius within a 4 hourperiod." 39 Comment Deleted. 40 Comment Deleted. 41 13030-33 Section 2-10 'The compressed air package Please remove this requirement. See Addendum No. 1, Item 4.e used for membrane integrity testing shall be separate from that for valve or pump actuation and other instrument air uses." 5/7/2009 Page 9 Specification Review Project, City of Lubbock, TX - Lake Alan Henry WTP Proposed. 42 13030-62 Section 3-1 "Installation of all equipment See comment # 33 Requirement remains as published. mounted on the membrane modules, racks, skids or trains, in excess of the membranes, shall be the responsibility of the CONTRACTOR" 43 13030-62 Section 3-1.01.a 'The membrane units shall be See comment # 33 _ Requirement remains as published. furnished with all instruments and individual train PLC panels installed, prewired and calibrated and with all train piping, valves, and modules _ installed." _ 44 Proposal Submittal Form - Stage 1 (Design & Design Siemens would ask that the amount for Stage 1 Requirement remains as published. Pagel Support) = work would be consistent with an actual price for $50,000 the work that is completed, not an arbitrary number, especially given the OWNER's ability to cancel the project for any reason prior to issuing a Notice to Proceed for the Stage ii work as detailed in the Special Conditions section 00800-3 SC-2 45 Proposal Submittal Form - "Offeror shall provide Siemens would like to know if specific calculations _ See Addendum No. 2, Item 7.g Page 5 calculations supporting the shall be used for energy calculations, especially listed quantities in Schedule those dealing with feed pumping. Siemens uses A with the Technical straight line energy calculations when calculating Information Submittal energy usage due to feed pumping using the high included with this offer. and tow transmembrane pressure values of our system. We feel this is an accurate depiction of actual energy usage of the membrane filtration system and would encourage the use of this method when analyzing vendors' energy numbers. 46 Proposal Submittal Form - "Should modifications not Please denote that this requirement is during the Requirement remains as published. Page 5 allow the system to comply length of the Performance Guarantee referenced in with the performance and 13030-11 1-3.03. operating criteria in Schedule A, the Offeror shall compensate the Owner directly for additional 20-year Present Worth costs incurred due to system nonperformance.' 47 00800-3 Stage 1 Milestone Final Technical Submittal Please allow for 30 days after receipt of review See Addendum No. 2, Item 1.b Schedule comments from the Engineer on Second Technical Submittal as 14 days is not sufficient for review and correction of the comments from the Second Technical Submittal. ' 5/7/2009 Page 10 mm ....�.� Specification Review Project: City of Lubbock, TX - Lake Alan Henry YYTP # Section PaTag,,aph & Page Wording in Question Proposers Comment or Proposed.Response 48 00800-2 SC-2 if the Supplier considers the See comment *35 See Item 44 above. cost for the Stage I services to be greater than the amount entered for Item 1, the additional cost shall be included as part of the cost of Item 2 of the Base Proposal." 49 00800-3 SC-2 "Within a period of time not to This clause seems to contradict itself. Siemens will See Addendum No. 2, Item 1.a exceed 400 calendar days hold the bid price for 400 days allowing time to from the receipt of the enter into a subcontract with the CONSTRUCTION membrane supplier CONTRACTOR, but shall not provide an proposals, the Supplier shall openended period of time in which the bid price will enter into a written remain firm. subcontract with the CONSTRUCTION CONTRACTOR for the Stage It and III work. The membrane Supplier shall hold the bid price for a minimum of 400 calendar days." 50 00800-3 SC-2 'The City reserves the right to See comment #35 Requirement remains as published. reject all bids and to cancel the project prior to issuing a Notice to Proceed for the Stage li work." 51 00800-4 SC-4 "Complete delivery of Siemens membrane skids come to site Requirement remains as published. equipment and Final O&M preassembled with the membrane modules manuals, except membrane installed. This provides great savings on installation modules" costs as discussed above, but could be problematic with the payment terms described later in this section. 52 Comment Deleted. 53 Comment Deleted. 54 11727-14 & 13190 Sodium hypochlorite day tank Please change the requirement of providing a FRP See Addendum No, 2, Item 6.a tank to an HOPE tank manufactured by Snyder.Due to the small size (<500 gallons) of these tanks, a fabricated custom FRP tank will be very expensive and will not have significant advantages over a standard HDPE tank. Siemens supplies the Snyder tanks for this purpose as a standard and does not anticipate it to be a problem. 55 16150-9 Section 2-1 Acceptable Manufacturers Please allow for ABB to be considerred an "or Drives manufactured by ABB are not acceptable as equal" vendor of AFDs 4/24/2009 Page 9 "an equal" to the manufacturer's listed. The following manufacturers are added to the list of acceptable manufacturers: Siemens-Robicon and Square D. 5/7/2009 Page 11 CONTRACT # 8968 STATE OF TEXAS COUNTY OF LUBBOCK t THIS AGREEMENT, made and entered into this day of , 2009 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 of the City of County of and the State of 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 Stage 1 Services described as follows: PROPOSAL # 09-719-BM - MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT 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. is proposal dated 2009 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: CITY OF LUBBOCK, "TEXAS (OWNER): MAYOR By: ATTEST: PRINTED NAME: TITLE: COMPLETE ADDRESS: Company Address City, State, Zip ATTEST: Corporate Secretary City Secretary APPROVED AS TO CONTENT: Owner's Representative Director APPROVED AS TO FORM: City Attorney CITY OF LUBBOCK SPECIFICATIONS FOR MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT RFP # 09-719-BM Contract # 8968 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank CITY OF LUBBOCK REQUEST FOR PROPOSALS FOR TITLE: MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT ADDRESS: LUBBOCK, TEXAS RFP NUMBER: 09-719-BM CONTRACT NUMBER: 8968 PROJECT NUMBER: 92171 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE Page Intentionally Left Blank City of Lubbock, TX Public Works Contracting Office Contractor Checklist for RFP # 09-719-BM Before submitting your proposal, please ensure you have completed and included the following: 1. X Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal fonn MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. 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. Carefully read the -BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 19 of the General Instructions to Offerors. Ensure ALL criteria are addressed in your submittal. 2. X Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 3. X Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late proposals will not be accepted. 4. X 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. 5. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 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 WITH YOUR PROPOSAL SUBMITTAL. Siemens Water Technologies Corp. (Type or Print Company Name) No Text 5. 6. 7. 8. 9. 10 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL SUBMITTAL — (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. SUSPENSION AND DEBARMENT CERTIFICATION PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT SPECIAL CONDITIONS SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP # 09-719-BM Sealed proposals addressed to Bruce MacNair, Public Works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Public Works Contracting Officer, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 P.M. on May 7, 2009, or 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: "MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Public Works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 2:00 P.M. on May 7, 2009, and the City of Lubbock City Council will consider the proposals on June 11, 2009, at the Municipal Building, 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 $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating, of "A" or better. It shall be each proposer's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. Offerors may obtain copies of the proposal documents and specifications from Black & Veatch Corporation (Engineer) at 214-570-7000 for no charge for the first set. The following prequalified suppliers (Offerors) have been solicited to provide proposals for this project: • SIEMENS • PALL ONLY OFFERS FROM PREQUALIFIED SUPPLIERS WILL BE CONSIDERED. 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 proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at 806-775-2163 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Ewe UtMt& BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER GENERAL INSTRUCTIONS TO OFFERORS Paste Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 P.M., May 7, 2009, 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 # 09-719-BM, MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT" 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: Bruce MacNair, Public Works Contracting Officer City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Public Works Contracting 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 will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No proposals will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 ADDENDA & MODIFICATIONS 2.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information published by the Public Works Contracting Office through Black & Veatch Corporation (Engineer). 2.2 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 Public Works Contracting Office. At the request of the proposer, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office 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 Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. 2.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may 1 3 4 5 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. 2.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 3.1 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. 3.2 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. 3.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Public Works Contracting Officer and a clarification obtained before the proposals are received, and if no such notice is received by the Public Works Contracting Officer 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 Public Works Contracting Officer before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 4.1 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. 4.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 4.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT f 1 5.1 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. H 5.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your proposal is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your proposal that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In 2 the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, Y' then such information will be made available to the requester. 5.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 6 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. 7 CONFLICT OF INTEREST 7.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 7.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 8 CONTRACT DOCUMENTS 8.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 8.2 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. 9 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 9.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Public Works Contracting Officer 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 of Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 9.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN } WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, PUBLIC WORKS CONTRAC"rING OFFICER City of Lubbock Public Works Contracting Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: bmacnair(n;mylubbock.us a 10 TIME AND ORDER FOR COMPLETION See SPECIAL CONDITIONS, paragraph SC-4. 11 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 12 MATERIALS AND WORKMANSHIP 13 14 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 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. GUARANTEES 13.1 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 ONE year 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). 13.2 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. 13.3 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. 13.4 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. TEXAS STATE SALES TAX 14.1 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. 4 14.2 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. 'p 15 INSURANCE 15.1 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 iJ shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 15.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. 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. - 16 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 17 PREPARATION FOR PROPOSAL 17.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer shall state the price both in words and 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 price written in words and the price written in figures, the price written in words shall govern. 17.2 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. 5 18 17.3 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: 28.3.1 Proposer's name 28.3.2 Proposal for (RFP-09-719-BM, MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT) 17.4 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. 17.5 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. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor. (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. 19 BASIS OF PROPOSALS AND SELECTION CRITERIA The City of Lubbock will use the Competitive Sealed Proposals Procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 252.021 t The proposals will be used to perform a competitive evaluation process and determine which offer provides the best value to the City, while meeting the performance requirements outlined in the Technical Specifications. The factors to be included in the evaluation process are delineated in, SPECIAL CONDITIONS paragraph, SC-8. M P 20 SELECTION 20.1 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. 20.2 NO INDIVIDUAL OF ANY USING DEPARTMENT 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. 20.3 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 jofferor. 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. 20.4 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. ' 21. ANTI -LOBBYING PROVISION 21.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 21.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM 2 Paae Intentionally Left Blank *** REVISED *** PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: May 13, 2009 PROJECT NUMBER: # 09-719-BM - MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT Proposal of Siemens water Technologies Corp. (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 MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT having carefully examined the 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 provision of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to provide the project in accordance with the 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 shall complete the schedules provided herein for capital cost items, operating cost items, and membrane replacement costs for the proposed facility. Each of the associated values will be converted to a present -worth cost for life -cycle cost comparisons between each submitted Offer. The present -worth factors will assume a 20- year service period using a 6% interest factor. CAPITAL COST ITEMS Offeror will furnish the equipment and provide services in accordance with the Contract Documents for the following lump sum prices. BASE PROPOSAL: Item 1 - Stage I (Design and design support) $ 100,000.00 Item 2 - Stages II and III (Membrane filtration system and system performance testing) $ 4,1s1, a12.00 Four Million, One Hundred Fifty-one Thousand, Eight Hundred Twelve Dollars TOTAL BASE PROPOSAL PRICE (Add Items 1 and 2) $ 4, 251, 912. 00 Four Million, Two Hundred Fifty-one Thousand, Eight Hundred Twelve Dollars ADDITIVE PROPOSAL ITEM: Item Al - Stage IV (Long-term operation and maintenance services) $ 173,417.00 One Hundred Seventy-three Thousand, Four un red Seventeen Dollars Item A2 — Pilot Plant $ 110, 000. 00 One Hundred Ten usand Dollars Offeror's Initials Please Note: This offering is conditioned as set forth in Section F. List of Exceptions and the Commercial Exceptions following this form. No Text OPERATING COSTS To accurately evaluate each Offeror's financial factors, all cells in Schedule A shall be completed by Offeror. Failure to provide this data in its entirety may be grounds for Offeror's proposal to be rejected as non- responsive. Offeror shall fill in non -applicable items with the identifier, "NA". The Offeror hereby recognizes that all information submitted in Schedule A shall reflect the specifications of the actual system for which the Base Proposal was prepared. Any errors or omissions in representing the system may be grounds for Offeror's proposal to be ruled non -responsive. Offeror shall provide calculations supporting the listed quantities in Schedule A with the Technical Information Submittal included with this offer. Offerors may attach additional pages to the Proposal if necessary to complete this table. The operating costs provided by Offeror in Schedule A are the guaranteed operating parameters for the Offeror's proposed membrane system. The Offeror shall be responsible for any changes to the full scale system to comply with the data submitted in Schedule A. Should modifications not allow the system to comply with the performance and operating criteria in Schedule A, the Offeror shall compensate the Owner directly for additional 20-year Present Worth costs incurred due to system non-performance. All operating costs provided in Schedule A shall be based on producing permeate throughout the full calendar year at the water quality conditions as defined in the Membrane Filtration System Specification Section. Operating costs shall be based on an average annual production of 15 mgd. Complete Schedule A on Next Page Offeror's Initials r � ,� ��.� ,�... ��; _� _., _� Schedule A Operating Cost Items Description Use Unit Cost Annual Cost Electrical Usage Microfiltration/Ultrafiltration Feed Pumping (based on average pump operating pressure at specified efficiency) 1,205,690 Kwh/yr $0.10/Kwh $ 120,569 Filtrate Pumping (based on average pump operating pressure at specified efficiency) Kwh/yr $0.10/Kwh $ Backwash System Pumping Kwh/yr $0.10/Kwh $ Air (Process and Backwash) 102,270 Kwh/yr $0.10/Kwh $ 10,227 Clean -in -Place System (heating, mixing, pumping, etc.) 173 Kwh/yr $0.10/1(wh $ 17.3 Other (Offeror to identify) Kwh/yr $0.10/Kwh $ Subtotal Electrical Costs $ 130,813 Chemical Usage (include all MW and CIP cleanin_q chemicals. Costs shall be based on neat chemical at concentrations listed below Caustic (50 wt. %) 26438. 9lb/yr $ 0.21/lb $ 5552.17 Sodium Hypochlorite (12.5% Trade) 1470.6lb/yr $ 0.10/lb $ 14.70 Citric Acid (50 wt. %) 24, S1o.6lb/yr $ 1.20/lb $ 29L412.7 Sulfuric Acid (93 wt. %) 7774 Ib/yr $ 0.15/lb $ 1166.1 Sodium Bisulfite (38 wt. %) z 55. 7 Ib/yr $ 0.17/lb $ 349.47 Other Chemicals (please list name and concentrations): gal/yr al/ _ g r Y _ gal/yr $/gal $/gal $/gal $ $ $ Subtotal Chemical Costs $ 36495.20 Total System Annual Operating Cost Summary Total Annual Operating Cost (AOC) = Electrical Cost + Chemical Cost $ 167, 308.20 20 year Present -Worth Operating Cost (AOC* 11.47) $ 1, 919, 024.57 Offeror's Initials — 4....--»..:�' 4..�.,.�...`: i-�.--�—.s' 've....��...d tc� i�-�i a..rd v:-� �-.�ti.-.:i 's,�.�-✓ .r.-.,..-.-:, �..---_..._. �-e.� MEMBRANE REPLACEMENT COSTS (Complete Schedule B Below) A unit price for the replacement of membrane modules is required (reference the replacement price guarantee in the Membrane Filtration System Section). Unit prices must be provided by the Offeror to result in a responsive Proposal. The Offeror shall fully guarantee membrane modules for 10 years. Offeror must also provide a maximum module replacement price for the 20-year evaluation period. Offeror shall complete all cells shown in Schedule B below to convert the membrane replacement price to a present worth cost. Schedule B Future Membrane Replacement Costs Description Value Required Module Replacement Warranty to be Provided 10 years Guaranteed 20-year Module Replacement Cost, per module (M) $ 900 Number of Modules Provided in System (N) 1,152 Total System Module Replacement Cost (A = M * N) $ 1, 036, 800.00 Present Worth Cost Factor Based on Warranty Length (B) 0.5584 Present -Worth Cost of Fntuure Membrane Replacement (A*B) $ 578, 949.12 PRESENT WORTH SUMMARY (Complete Present Worth Summary Table Below) The values provide by Offeror in the previous schedules shall be summarized in the table below. Present Worth Summary Table Item Value Membrane System Equipment Cost (Total Base Proposal Price) $ 4, 251, 812.00 Present Worth Operating Cost (from Schedule A) $ 1, 919, 024.57 Present Worth Cost of Membrane Replacement (from Schedule B) $ 578, 949.12 Total 20-Year Present Worth (summation of above items) $ 6 , 749, 785 _ 69 Offeror's Initials No Text Offeror shall also submit a completed Schedule C. Data shall be filled in for each cell. Non -applicable items shall be filled in with the identifier "NA". Schedule C: Membrane Filtration System Description Description Units of Measurement Data Manufacturer -- Siemens Water Technologies Corp. MODULE DESCRIPTION -- -- Module Model Number -- L20V Module Dimensions: Inch - Diameter 4.7 inches - Length 70.9 inches Active Membrane Area, feed -side surface ft'' 410.4 sq. ft . Membrane Material (Examples: PES, PS, PVDF, and so -- PVDF Configuration, select one (1) or add description: at plate, hollow fiber, spiral, tubular, or other (add Hollow Fiber Flow Pattern (inside -out or outside -in) - outside -in Geometry (horizontal or vertical) -- Vertical Pressure type (encased or submerged) -- Encased Hydrophobic or hydrophilic? __ Hydrophilic Membrane charge (neutral, negative, or positive) - Neutral Contact angle: - membrane material degree Assume 0 degrees; - other potential locations of breaches (e.g., degree cosine of theta = 1 Pore size and/or molecular weight cutoff, nominal micron 0.04 micron Dalton Fiber or tube dimensions (if applicable): 530 microns - inside diameter 4r -h- micron - outside diameter 4he6 micron 1000 microns active length Ft 5.38 feet Number of fibers per module 7400 Module operating limitations: 2 psi to 21.7 psi (max TMP for - Pressure range psi this plant will be 19.2 psi) Temperature range OF 32 to 104 deg F pH range Std. Units 2-10 - Maximum feed turbidity ntu 400 NTU Chlorine tolerance mg/L hr 1,000,000 ppm*hr - Other oxidant tolerance Describe chloramines,, bromine, bromamines potassium permanganate Other limitations Module cleaning limitations: - Pressure range psi 2 psi to 21.7 psi Temperature range 7 32 to 104 deg F - pH range Std. Units 2 - l0 Maximum feed turbidity ntu 900 NTU - Chlorine tolerance 1,000 mg/L and 1,000,000 ppm*hr mg/L & hr, Other oxidant tolerance Describe chloramines, bromine, bromamines - Other limitations potassium permanganate Prescreen rating required micron 250 micron Prescreen materials required -- Stainless Steel No Text Pipe type required between prescreen and membrane -- Ductile Iron, Carbon Steel or and pressure rating) Stainless Steel - 40 psi DESIGN DESCRIPTION --- --- Number of trains: 6 online - On line - Standby 0 standby Daily net production Mgd 15 MGD Flux at all operating temperatures: - Maximum Instantaneous Flux Gfd 37.6 gfd - Average Flux 31.7 gfd Flux, corrected to 20 °C: - Maximu n Instantaneous Flux Gfd 45.5 gfd Recovery % 96.4 0 DESCRIPTION OF EACH TRAIN --- --- Number of modules -- 192 Arrangements (i.e., Encased: rows of modules or Describe Encased: 2 arrays of 16 rows _ d: _ modules high x _ modules wide x _ modules long) of 6 modules wide Filtration type (dead-end or cross -flow) - Dead -End Filtrate flow during filtration cycle Gpm 2,055 BW Type (air, water, forward flush, etc) - Water (Air Driven) - Frequency (Note 1) min 25 min - Overall Duration (Note 2) sec 230 sec Filtrate consumed gal 309 gallons - BW flux gfd N/A - Description: Condition and duration of each Please See Process major step during BW (i.e., BW with _ Description Section water flow for _ sec, rest for _ sec, air scour at _ for _ sec., and so on) - BW Waste per day 92, 778.5 gal/day (total plant) - BW Waste highest flow per minute gfd N/A Gpm 2525.3 gpm (assume 45 sec drain) Maintenance Wash (MW)— I, if applicable Sulfuric Acid Chemical(s) - Chlerin - Concentration(s) ing/L 600 mg/L - Frequency hr 168 hours - Overall Duration (Note 2) sec 2700 seconds Filtrate consumed Gal 3232 gal/MW - MWA Waste per day gfd 6,959 gal/MW (avg 5,964gal/day for full plant - MW-1 Waste highest flow per minute Gpm 1,152 gpm MW — 2, if applicable Chemical(s) N/A - Concentration(s) mg/L - Frequency hr - Overall Duration (Note 2) sec Filtrate consumed Gal - MW-2 Waste per day gfd - MW-2 Waste highest flow per minute Gpm M W — 3, if applicable Chemical(s) -- Concentration(s) mg/L N/A - Frequency hr - Overall Duration (Note 2) sec - Filtrate consumed Gal M W - 3 Waste per clay i- gfd MW-3 Waste highest flow per minute Gpm Direct Integrity Test (air pressure based) (Note 3) No Text - Pressure psi 16.5 psi - Frequency hr 24 hours - Overall Duration (Note 2) sec 600 seconds - Resolution µm 3.0 micron - Sensitivity LRV 4.0 to 5.0 CIP - Acid - Chemical(s) __ Citric Acid;Sulfuric Acid - Concentration(s) mg/L itric:10,000mg/L;Sulfuric:60omg - Frequency day 30 days - Overall Duration (Note 2) sec 10,200 seconds - Filtrate consumed gal 6,464 gal/Acid CIP - TMP trigger, if applicable psi 19.2 psi CIP - Base - Chemical(s) __ Sodium Hypochlorite - Concentration(s) mg/L soo mg/L - Frequency day 30 days - Overall Duration (Note 2) sec 10,200 seconds - Filtrate consumed gal 6,464 gal/Chlorine CIP - TMP trigger, if applicable psi 19.2 psi Pressure - TMP, clean psi 2.0 psi - TMP, typical 2.0 psi to 19.2 psi - TMP, just before CIP 19.2 psi - Filtrate 10.0 psi - Max. allowable module pressure 21.7 psi Filtrate - Turbidity, typical ntu =0.05 - Turbidity, maximum ntu 0.10 If cross -flow, describe conditions Describe Air requirements: Describe 130 SCFM Describe Unit dimensions: width inch 7' 4.3" - length inch 38' 9.25" - height inch 13' 1" wet weight Ib -72 , 4 0 0 lbs . Tank dimensions (if applicable, e.g. for submerged inch - width inch N/A length inch height PERFORMANCE --- --- Annual Chemical Usage - Chemical #1 Citric Acid (50%) Ib 24,511 lbs/yr Chemical#2 Sulfuric Acid (93%) lb 7,774 lbs/yr I Chemical#3 Sodium Hypochlorite (12. lb 1,471 lbs/yr - Chemical#4 Sodium Bisulfite (38"s) ►b r 2056 lbs/ Y j - Chemical#5 Sodium Hydroxide (25a) lb 26,439 lbs/yr - Chemical #6 Ib � Annual Energy Usage Energy kWh 1,308,133 kWh/yr Notes: 1. BW frequency is the time between BW operations during which the membrane unit is in filtration mode. Other frequencies are elapsed time (i.e., clock time). 2. Overall Duration of BW and other operations is the total time the unit is not producing filtrate. 3. Integrity test description, including frequency and duration to apply for design calculations, as required in the specifications. L No Text Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner. Offeror hereby further agrees to pay to Owner as liquidated damages the sums for each consecutive calendar day in excess of the times set forth herein above for completion of this project. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 17 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any fonnality in the proposing. t The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the 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 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. 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 /? Secr&ary kr J"'•Tj�i V IS. Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 4/28/09 Addenda No. z Date 5/1/o9 Addenda No. 3 Date 5/4/09 Addenda No. 4 Date 5/7/09 Date: May 13, 2009 Au orized Signature �f4rn 1 _1� . SOU (Printed or Typed Name) Siemens Water Technolocties Cor Company 333 South Street Suite 300 Address Shrewsbury Worcester City, County Massachusetts 01545-4197 State Zip Code Telephone: 508 - 849-4600 Fax: 5o8 - 849-4601 FEDERAL TAX ID or SOCIAL SECURITY No. 04-3063901 MUWBE Fimi: I I woman I I Black American I I Native American Hispanic American I I Asian Pacific American I I Other (S eci No Text SIEMENSPrivate & Confidential CITY OF LUBBOCK, TX - LAKE ALAN HENRY WTP a minimum, the above identified commercial items. Included with this proposal, for purposes of expediting negotiations, is a copy of Siemens' Standard Terms of Sale that contains commercial terms that address several of the commercial items referenced above and are representative of the type of provisions Siemens seeks to negotiate post bid (e.g. indemnity, disclaimer of implied warranties, etc.). It is Siemens' expectation that, should it be favored with an award, a final commercial document that reflects a combination of the terms enclosed in this section and those set forth in the RFP can be quickly and efficiently negotiated. Siemens trusts that the City and the Engineer will review this proposal in detail and recognize the 11J benefits represented by the system described herein. As the City and Engineer evaluate this proposal, Siemens personnel will be available to meet with you in person to review all aspects of the proposal, provide a comprehensive listing of proposed modifications to the commercial terms set forth in the RFP and further discuss the items set forth above. Once again, Siemens would like to thank the City and Engineer for the opportunity to participate in this project and express its desire to work with them in the immediate future. Quote # 09 9179CPD Page 2 of 2 Commercial Exceptions Q 9 P No Text SIEMENS WATER TECHNOLOGIES CORP. STANDARD TERMS OF SALE 1. Applicable Terms These terms govern the purchase and sale of the equipment and related services, if any (collectively, "Equipment"), referred to in Seller's purchase order, quotation, proposal or acknowledgment, as the case may be ("Seller's Documentation"). Whether these terms are included in an offer or an acceptance by Seller, such offer or acceptance is conditioned on Buyers assent to these terms. Seller rejects all additional or different terms in any of Buyer's forms or documents. 2. Payment Buyer shall pay Seller the full purchase price as set forth in Sellers Documentation. Unless Seller's Documentation provides otherwise, freight, storage, insurance and all taxes, duties or other governmental charges relating to the Equipment shall be paid by Buyer. If Seller is required to pay any such charges, Buyer shall immediately reimburse Seller. All payments are due within 30 days after receipt of invoice. Buyer shall be charged the lower of 1 112% interest per month or the maximum legal rate on all amounts not received by the due date and shall pay all of Sellers reasonable costs (including attorneys' fees) of collecting amounts due but unpaid. All orders are subject to credit approval. 3. Delivery Delivery of the Equipment shall be in material compliance with the schedule in Sellers Documentation. Unless Seller's Documentation provides otherwise, Delivery terms are F.O.B. Sellers facility. 4. Ownership of Materials All devices, designs (including drawings, plans and specifications), estimates, prices, notes, electronic data and other documents or information prepared or disclosed by Seller, and all related intellectual property rights, shall remain Seller's property. Seller grants Buyer a non-exclusive, non -transferable license to use any such material solely for Buyer's use of the Equipment. Buyer shall not disclose any such material to third parties without Seller's prior written consent. 5. Changes Seller shall not implement any changes in the scope of work described in Seller's Documentation unless Buyer and Seller agree in writing to the details of the change and any resulting price, schedule or other contractual modifications. This includes any changes necessitated by a change in applicable law occurring after the effective date of any contract including these terms. 6. Warranty _ Subject to the following sentence, Seller warrants to Buyer that the Equipment shall materially conform to the description in Seller's Documentation and shall be free from defects in material and workmanship. The foregoing warranty shall not apply to any Equipment that is specified or otherwise demanded by Buyer and is not manufactured or selected by Seller, as to which (i) Seller hereby assigns to Buyer, to the extent assignable, any warranties made to Seller and (ii) Seller shall have no other liability to Buyer under warranty, tort or any other legal theory. If Buyer gives Seller prompt written notice of breach of this warranty within 18 months from delivery or 1 year from acceptance, whichever occurs first (the "Warranty Period"), Seller shall, at its sole option and as Buyer's sole remedy, repair or replace the subject ( parts or refund the purchase price. If Seller determines that any claimed breach is not, in fact, covered by this warranty, L Buyer shall pay Seller its then customary charges for any repair or replacement made by Seller. Seller's warranty is conditioned on Buyer's (a) operating and maintaining the Equipment in accordance with Seller's instructions, (b) not making any unauthorized repairs or alterations, and (c) not being in default of any payment obligation to Seller. Seller's warranty does not cover damage caused by chemical action or abrasive material, misuse or improper installation (unless installed by Seller). THE WARRANTIES SET FORTH IN THIS SECTION ARE SELLER'S SOLE AND EXCLUSIVE WARRANTIES AND ARE SUBJECT TO THE LIMITATION OF LIABILITY STATEMENT BELOW. SELLER MAKES NO OTHER WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR PURPOSE. Page 1 of 4 Standard Terms of Sale r', :� V SIEMENS 7. Indemnity Seller shall indemnify, defend and hold Buyer harmless from any claim, cause of action or liability incurred by Buyer 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. Sellers indemnification is conditioned on Buyer (a) promptly, within the Warranty Period, notifying Seller of any claim, and (b) providing reasonable cooperation in the defense of any claim. 8. Force Maieure Neither Seller nor Buyer shall have any liability for any breach (except for breach of payment obligations) caused by extreme weather or other act of God, strike or other labor shortage or disturbance, fire, accident, war or civil disturbance, delay of carriers, failure of normal sources of supply, act of government or any other cause beyond such party's reasonable control. 9. Cancellation If Buyer cancels or suspends its order for any reason other than Seller's breach, Buyer shall promptly pay Seller for work performed prior to cancellation or suspension and any other direct costs incurred by Seller as a result of such cancellation or suspension. 10. Reservation Clause (applicable on to those project sites located outside U.S. Borders): Buyer acknowledges that Seller is required to comply with applicable export laws and regulations relating to the sale, exportation, transfer, assignment, disposal and usage of the Equipment provided under this Agreement, including any export license requirements. Buyer agrees that such Equipment shall not at any time directly or indirectly be used, exported, sold, transferred, assigned or otherwise disposed of in a manner which will result in noncompliance with such applicable export laws and regulations. It shall be a condition of the continuing performance by Seller of its obligations hereunder that compliance with such export laws and regulations be maintained at all times. BUYER AGREES TO INDEMNIFY AND HOLD SELLER HARMLESS FROM ANY AND ALL COSTS, LIABILITIES, PENALTIES, SANCTIONS AND FINES RELATED TO NON-COMPLIANCE WITH APPLICABLE EXPORT LAWS AND REGULATIONS. 11. 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 EQUIPMENT SHALL NOT EXCEED THE PURCHASE PRICE PAID FOR THE EQUIPMENT. THESE LIMITATIONS APPLY WHETHER THE LIABILITY IS BASED ON CONTRACT, TORT, STRICT LIABILITY OR ANY OTHER THEORY. 12. Miscellaneous If these terms are issued in connection with a government contract, they shall be deemed to include those federal acquisition regulations that are required by law to be included. These terms, together with any quotation, purchase order or acknowledgement issued or signed by the Seller, comprise the complete and exclusive statement of the agreement between the parties (the "Agreement") and supersede any terms contained in Buyer's documents, unless separately signed by Seller. No part of the Agreement may be changed or cancelled except by a written document signed by Seller and Buyer. No course of dealing or performance, usage of trade or failure to enforce any term shall be used to modify the Agreement. If any of these terms is unenforceable, such term shall be limited only to the extent necessary to make it enforceable, and all other terms shall remain in full force and effect. Buyer may not assign or permit any other transfer of the Agreement without Seller's prior written consent. The Agreement shall be governed by the laws of the Commonwealth of Pennsylvania without regard to its conflict of laws provisions. Page 2 of 4 Standard Terms of Sale No Text SIEMENS t SUPPLEMENTAL TERMS 1. On award to Siemens, these Supplemental Terms and the attached Siemens Water Technologies Corp. Standard Terms of Sale shall be included as a basic part of the purchase order and such order shall be subject to acceptance and acknowledgment by Siemens. 2. For acceptance, Buyer's order must state, "This order is in accordance with Siemens Proposal Number 09Q9179CPD including the stated terms and conditions". 3. Acceptance of this proposal is limited to 30 days from date of proposal. 4. Once the BUYER has given release to purchase or fabricate the goods, the BUYER is obligated to accept shipment of the goods and pay the money due upon delivery of said goods. 5. If Buyer is a prime contractor on a municipal project, a copy of the payment bond to the Owner must be furnished to Siemens prior to Siemens commencing purchase or fabrication of the goods. 6. If Buyer is a subcontractor on a municipal project and Siemens does not have payment assurance from the prime contractor's payment bond to Owner, Buyer shall provide payment assurance in one of the following forms: a. a payment bond to Siemens in the amount of the total contract price, a standby letter of credit from Buyer's bank for the full amount of the contract price conditioned to acceptance of a sight draft in case of nonpayment, payment assurance in the form of an agreement with Buyer's prime contractor, guaranteeing to underwrite Buyer's payment to Siemens. 7. If this is not a municipal project, payment assurance for 20% of contract price shall be provided by Buyer in the form of an irrevocable standby letter of credit due at time of release for fabrication on a U.S. bank conditioned to acceptance of a sight draft in the case of nonpayment. 8. For Projects outside the United States, the equipment has been quoted Ex Works. Other shipping terms may be negotiated at a later date. Siemens must receive payment assurance by a confirmed irrevocable letter of credit payable at sight at the counters of a major U.S.A. bank for an amount per this quotation, subject to Uniform Customs and Practice for Documentary Credits, (1993 Revision), International Chamber of Commerce Publication No. 500, except as otherwise expressly stated herein, conditioned to presentation of sight draft, clean onboard ocean bill of lading marked prepaid, marine insurance certificate, commercial invoice, and packing list. Latest shipping date on letter of credit must allow 140 days after acceptance of letter of credit and/or drawing approval or drawing approval waiver. Expiry date on letter of credit must allow 60 days from the latest shipping date for negotiation. 9. The Buyer shall provide indoor or covered storage to properly protect the equipment to prevent deterioration of equipment during storage at site. For membrane modules stored at the job site prior to installation, the Buyer shall provide storage conditions in strict accordance with Siemens Water Technologies requirements. 10. SHOP PAINTING. Motors, gearmotors, grating, and center drives will be supplied with the manufacturer's standard paint system. Fabricated steel will be cleaned by sandblast and painted as outlined in the equipment descriptions. It is Siemens' intention to ship major steel components as soon as fabricated, often before drive motors and other manufactured components. Unless Buyer provides assurance that shop primed steel will be Field painted within sixty (60) days after primer has been applied, Siemens encourages Buyer to purchase these components bare. Siemens cannot accept responsibility for rusting or deterioration of shop applied prime coatings on delivered equipment if the surfaces thus primed have not been field painted within sixty (60) days after the manufacturer's standard primers have been applied. Other primers may have less durability. 11. Recent market conditions have resulted in exceptionally volatile prices for both stainless and carbon steels. The prices quoted are subject to adjustment that reflects changes in the CRU Steel Price Index Forecast published by CRU International at www.cruspi.com. If the index published at the time of each shipment exceeds the estimated index, Siemens reserves the right to increase the contract price to cover this discrepancy. It is understood and agreed that it # shall be Siemens' option whether or not escalation is invoked, should the estimated index be exceeded. Page 3 of 4 Standard Terms of Sale No Text JSIEMENS 12. If this proposal includes spare parts or replacement parts, it is strict Siemens policy to not allow returns of such items without prior written approval. It is the purchaser's responsibility to determine and confirm the need for such parts prior to placement of an order. Most parts supplied by Siemens are of a custom manufacture and cannot be restocked. Our Customer Service group is available to offer advice and per diem service calls, to help you evaluate the exact parts required. 13. Customer causing delays: If Siemens Water Technologies has purchased or fabricated the equipment (including the membrane modules), and the Buyer of the equipment is not ready to receive shipment of said equipment, or the buyer is unable to provide appropriate storage conditions for the equipment (including membrane modules), as specified by Siemens Water Technologies, the buyer shall: a. Provide written notification to Siemens Water Technologies, at least 15 calendar days prior to the scheduled shipment date, advising to hold the goods for later delivery; b. On the originally scheduled shipping date, Buyer shall pay any monies that would have been due to Siemens Water Technologies upon receipt of the equipment at site. If pre -agreed, the buyer can inspect the goods at Siemens Water Technologies storage site after the scheduled shipping date at his or her own =1 cost; and c. For any month the project is delayed after the originally scheduled shipping date, the Buyer shall pay Siemens Water technologies a monthly storage fee equal to 1.5% (0.049% per calendar day) of the equipment price (net 30). This fee will be invoiced monthly to the buyer or added to the final invoice as agreed between the buyer and Siemens Water Technologies. Page 4 of 4 Standard Terms of Sale P.� M� r-----7 OFFICER'S CERTIFICATE I, Peter J. Davis, Vice President and Secretary of Siemens Water Technologies Corp., a Massachusetts corporation (the "Corporation"), do hereby certify on behalf of the Corporation that Benjamin I. Soucy is the Vice President and General Manager for -, the Purified Water North America business segment of the Corporation, and that in such capacity, Mr. Soucy has full power and authority to execute and deliver the Corporation's bid and all related ancillary agreements, documents and instruments for the supply of Memcor CP Membrane System for Lake Alan Henry Water Treatment Plant in Lubbock, Texas at Project No. 09-719-13M. IN WITNESS WHEREOF, the undersigned has executed this Certificate on the 1 Ith day of May, 2009. lee �-, eter J. s Vice President and Secretary I I CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent Must be submitted with Proposal I, 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. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Con ctor ( Original Sig ure) Contractor (Print) CONTRACTOR'S FIRM NAME: (Print or Type) CONTRACTOR'S FIRM ADDRESS: Name of Agent/Broker: Mfl nrh uS' p ✓Tic Agent / Broker (Signature) Address of Agent/Broker: q `i City/State/Zip: Ma,, g-io an N1 0791,0 Agent/Broker Telephone Number: ( 973 ) YQ SWV Date: 61010 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Public Works Contracting Officer for the City of Lubbock at 806-775-2163. PROPOSAL # 09-719-BM - MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT 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. COMPANYNAME: *Siemens Water Technologies Corp. FEDERAL TAX ID or SOCIAL SECURITY No. 0 4 - 3 0 6 3 9 01 Signature of Company Official: , Printed name of company official signing above: Benja�nIoucy Date Simed: 05/12/09 *Siemens Water Technologies Corp. (the "Company"), -clarifies that for purposes of responding to this certification its responses are limited to (i) the Company and its US -based subsidiaries and (ii) its management employees responsible for preparing this bid and executing this project, if awarded. No Text STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253 OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Siemens Water Technologies Corp. KNOW ALL MEN BY THESE PRESENTS, that _J (hereinafter called the Principal(s), as Principal(s), and Federal bstu ance QgMgnyiColonial Atnerican Casualty and Surety Company _l (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of )arnir Mllion Two Hundred Fifty One'Dollars ($4,251,812.�lawful money of the i 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. *ffiousand Eight Hundred Tdelve and 00/100th�� WHEREAS, the Principal has entered into a certain written contrjLct with the Obligee, dated the 14 day of V? _August ,2009,to Supply of a 6 x Memcor CP 192/240 pressure membrane filtration system with related ancillary equimmt and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253 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 thisl3th day of August , 2009. Fed Company/ Colo Casualty and Surety Company Siemens Water Technologies Corp. Surety (Company Name) *By: By: "tom=�.Ulk��T. (1 vera (Printed Name) Attorney —in —Fact (Si tore) V, toe P, ;ole,4 i (Title) e; The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Marie PeUman an agent resident in Dallas 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 Insurance Company & Colonial American Casualty and Surety Company Surety (Title) Marie Perryman, Attey-in act Approved as to Form City o u ock By: C A 4 -- * 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. STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253 OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) Siemens Water KNOW ALL MEN BY THESE PRESENTS, that Technologies Corp. (hereinafter called the Principal(s), as Principal(s), and Federal Insurance Canpany/Colonial American Casualty and Surety Canpany (hereinafter called the Surety(s), as Surety(s), are held and figl boknd nto the City of Lubbock (hereinafter called the Obligee), in the amount of Four jJ-H6n `Ito Hundred r"i ty Vne Dollars ($,251,812•W 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. ,xMousand Eight Hundred Twelve and 00/100ths'^ WHEREAS, the Principal has entered into a certain written contract with the Obligee, dales( the 14th day of August 12009,to Supply of a 6 x Memcor CP 192/240 pressure manbrane iLtra i n system with related ancillary equip»ent and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. 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 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 13th day of August 2009. Federal_ Insuran� Carl Y/ Col onia,]�� tv and Surety Caripany Siemens Water Technologies Corp. Surety (Company Name) *By.--By'P•nx G-�• �� (Title) Spy Rivera (Printed Name) Attornerin-Fact - t t . (Signa re) V I [: ! � r'P eal Ci ��✓!T � CT� i� �f'Q� (Title) .ho 9ef, The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Marie Perryman an agent resident in Dallas 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 Insurance Company & Colonial American Casualty and Sure _ Company Surety (Title) Marie Perry*Atto-in-act Approved as to Form * 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. Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 V-HU1913 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 Jeannette Porrinl and Stacy Rivera of Farmington, Connecticut-------------------------------------------------------- each as their true and lawful Attorney- in- Facl 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 4th day of October, 2005 Kenneth C. Wendel, Assistant Secretary STATE OF NEW JERSEY ss. County of Somerset ofin I ith, Vice President 5&L On this 4th day of October, 2005 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me 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, [hat 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 Cornpanios by like authority; and that he is acquainted with John P. Smith, and knows him to be Vice President of said Companies; and that the signature of John P. Smith, subscribed to said Power of Attorney is in the genuine handwriting of John P. Smith, and was thereto subscribed by authority of said By- Laws and in deponenl's presenco. Notarial Seal r" �01 -) KAREN A. EM Notary Public, $tale of New hrsmy No. 2231647 Commission Expires Oct. 28, 2,009 CERTIFICATION MUINV , Notary Public 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 Vico 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 olficers: Chairman, Prosident, 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.` I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (1) the foregoing extract of the By- Laws of the Companies Is true and correct, (if) 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 (iii) the foregoing Power of Attorney Is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this August 13, 2009 �au�NCM t \,�pt%Ner � �,1,5U�'tiF•n a �1 �U►ro+tra p% _ �: �ortiNf kit�rat�v` + ; #NEYOA� W 1 Kenneth C. Wendel, A islant 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 Forrn 15-10- 022513- U (Ed. 5- 03) CONSENT FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 2008 (in thousands of dollars) ASSETS Cash and Short Term Investments... ............ $ 202,707 United States Government, State and Municipal Bonds ........................................ 11,216.158 Other Bonds ................................................. 3,719,243 Stocks.......................................................... 609,081 Other Invested Assets ........................... :...... 1,771,227 LIABILITIES AND SURPLUS TO POLICYHOLDERS Outstanding Losses and Loss Expenses..... $ 11,792,508 Unearned Premiums ..................................... 3,522,120 Reinsurance Premiums Payable .................. 337,760 Provision for Reinsurance ............................ 109,756 Other Liabilities ............................................. 958,636 TOTAL INVEST MENTS ............................. 17,518,416 TOTAL LIABILITIES ................................... 16,720,780 Investments in Affiliates: Chubb Investment Holdings, Inc ................ 2,642,766 Pacific Indemnity Company ....................... 1,831,737 Chubb Insurance Investment Holdings Ltd... 1,227,650 Executive Risk Indemnity Inc ..................... 921,728 CC Canada Holdings Ltd ........................... 583,643 Great Northern Insurance Company ......... 385,875 Chubb European Investment Holdings SLP . 239,173 Chubb Insurance Company of Austrailia... 224,157 Vigilant Insurance Company ...................... 152,634 Other Affiliates ........................................... 307,470 Premiums Receivable .................................. 1,498,855 Other Assets ................................................ 1,322,485 Capital Stock .............................................. 20,980 Paid -In Surplus ............................................. 3,106,809 Unassigned Funds... ..................................... 9,008,020 SURPLUS TO POLICYHOLDERS ............. 12,135,809 TOTAL LIABILITIES AND SURPLUS TO POLICYHOLDERS ............................ $ 28,856,589 TOTAL ADMITTED ASSETS ..................... $ 28,856,589 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments valued at $479,627,974 are deposited with government authorities as required by law. A CORRECT STATEMENT: J _..__._ j(Attnrney in -Fact I Form 27-10-0073 (Rev. 4-09) 1 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 n6mero 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 companfas, 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 DISPUTES SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse 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. L_ Forri 99-10-0299 (Rev. 1-03 r. Chubb POWER Federal Insurance Company Attn: Surety Department OF, Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 �Hu�® 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 Allyson Dean, Steven R. Foster and Marie Perryman of Dallas, Texas--------------------------------------------------------------------------- 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 surely thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball 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 27 th day of March, 2008. , 5 (7, Kenneth C. Wendel, Assistant Secretary Da " Norris, Jr., Vice Presgent STATE OF NEW JERSEY ss. County of Somerset On this 27 th day of March, 2008 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me 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 deponenl's presence. Notarial Seal KATHERINE KALBACHER NOTARY m NOTARY PUBLIC OF NEW JERSEY ""'° No. 2316685 Notary Public yPUBbr- Commission Expires July 8, 2009 �YJEVk 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 ahomey 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." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies) do hereby certify that (i) the foregoing extract of the By- Laws of the Companies Is true and correct, (if) the Companies are duly licensed and authorized to transact surety business in all 50 of the United Slates 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 (III) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this August 13, 2009 �6utvw +Nnr ��S -IV ��a}roWse n0 W t rj Y w INDIA-0- T s11Ik *NEW Kenneth C. W ndel, 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 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 August , 2009 Assislanr 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 'st t st$ ursuance of authority granted by Article VI, Section 2, of the By -Laws of said Companies, Wj3i n t side hereof and are hereby certified to be in full force and effect on the date her mI k ppoint Jeannette PORRINI and Stacy RIVERA, both of Farmi p wful agent and Attorney -in -Fact, to make, execute, seal and deliver, for s sur , a i nd deed: any and all bonds and undertakings, and the exec 'o sic �or p suance of these presents, shall be as binding upon said Companies, as fully t 1 i� as if he had been duly executed and acknowledged b the pa they uy c b y regularly elected of f t i fice in Baltimore, Md., in their own proper persons. This power of attorney g Y a P P P P Y revokes that issued Je tte PORRINI, Sara GLOGOWER, Dawn M. GODFREY, dated August 22, 2003. 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 6th day of August, A.D. 2004. ATTEST: ' 'tp 9EPpf� Cliff � °�► pp p r s��r ~ +� vfo ; v�IAL ...,. W y im T �` �"�wna State of Maryland ss: Baltimore County FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Gregory E. Murray Assistant Secretary 7 ... `4% By: Theodore G. Martinez On this 6th day of August, A.D. 2004, 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 Sea] the day and year first above written. Dennis R. Hayden Notary Public My Commission Expires: February 15, 2013 POA-F 142-0587A COLONIAL AMERICAN. CASUALTY AND SURETY COMPANY 3910 KESWICK ROAD, BALTIMORE, MD 21211-2226 Statement of Financial Condition As Of December 31, 2008 ASSETS Bonds............................................................................................................................................... $ 22,687,202 Stocks....................................................................................................................................... .. ..... 66,231 Cash and Short Term Investments................................................................................................... 1,115,001 Reinsurance Recoverable................................................................................................................ 719,119 _., Other Accounts Receivable............................................................................................................. 3,710,317 TOTALADMITTED ASSETS......................................................................................................... $ 28,297,871 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses...................................................................................................... 17,067 _1 Ceded Reinsurance Premiums Payable .................... Securities Lending Collateral Liability ........................................................................................... 920,854 TOTALLIABILITIES.................................................................................................................... $ 5,094,892 u. Capital Stock, Paid Up......................................................................................... $ 5,000,000 Surplus................................................................................................................. 18,202,979 Surplus as regards Policyholders..................................................................................................... 23,202,979 _. TOTAL STATEMENT VALUE....................................................................................................... $ 28,297,871 Securities carried at $5,360,855 in the above statement are deposited as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of December 31, 2008 market quotations for all bonds and stocks owned, the Company's total admitted assets would be $27,822,539 and surplus as regards policyholders $22,727,647, I, DENNIS F. KERRIGAN, Corporate Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 31 st day of December, 2008. State of Illinois City of Schaumburg SS: Subscribed and sworn to, before me, a Notary Public of the State of Illinois, in the City of Schaumburg, this 141h day of March, 2009. ' OAP"" •t �C. \ G. s... � i�:hau) crr<c�AL ;f1C0J'�f�SIDAEXPi11[$Z / L tA'VPM,E025,2011 / —NoRuy . Public o Fidelity and Deposit Company of Maryland Home Office: P.O. 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: 1-800-654-5155 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. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit- Company of Maryland 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. S35411TTxI (0/01) r 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 -z 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 August , 2009 Assistant Secrelaq 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 DAVID S. HEWETT, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursu f Di anted 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 nomina t' t P R, Marie PERRYMAN, Jack M. CROWLEY and Patri M o its true and lawful agent and Attorney -in -Fact, to make, execute, sea li nd r y, and as its act and deed: any and all bonds and undertakings, e d t Executors, Community Survivors and Community Guar E0 " he xecu or undertakings in pursuance of these presents, shall be as binding upon said Compani a u I a 'ntents and purposes, as if they had been duly executed and acknowledged by the regularly elected h mpany at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that on behalf of Steven R. FOSTER, Marie PERRYMAN, Allyson DEAN, dated April 4, 2008. 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 6th day of May, A.D. 2009. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 0 DEPpS/ � ` O ti + 4fe Is8AL 4`nwn�f Eric D. Barnes Assistant Secreta»• State of Maryland ss: City of Baltimore By: David S. Hewett .t�...t Vice President On this 6th day of May, A.D. 2009, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came DAVID S. HEWETT, Vice President, and ERIC D. BARNES, 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 t- 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. • �f'�,:'C'ht iC• .rid �� � \/.%s�W/f �... q�prittN Maria D. Adamski Notary Public My Commission Expires: July 8, 2011 POA-F 168-0202A CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: i 1 � 1 of P.O, BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT Siemens Corporation Including: Siemens Water Technologies s Corporation, 181 Thorn Hill Road Warrendale PA 15086 (Name 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 company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY X Commercial General Liability GLDI 1101-00 10/01/2008 10/01/2009 General Aggregate $ 7.500,000 Claims Made Products-Comp/Op AGG INCL. X Occurrence Personal & Adv. Injury $ 1.000.000 f1 Owner's & Contractors Protective Each Occurrence $ 1,000,000 ❑ Fire Damage (Any one Fire) $ 1.000.000 Med Exp (Anyone Person) $ 100,000 $ AUTOMOTIVE LIABILITY X Any Auto AS2-631-004334-128 10/01/2008 10/01/2009 Combined Single Limit$ 5.000.000 X All Owned Autos Bodily Injury (Per Person) $ N/A Scheduled Autos Bodily Injury (Per Accident) $ N/A X Hired Autos Properly Damage $ N/A X Non -Owned Autos GARAGE LIABILITY _ Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ BUILDER'S RISK _. 100% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY _ Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WA7-63D-004334-018 10/01/2008 10/01/2009 The Proprietor/ N Included (AOS) Statutory Limits Partners/Executive N Excluded WC7-631-004334-028 10/01/2008 10/01/2009 Each Accident $ 1.000.000 Officers are: (OR, WI) Disease Policy Limit $ 1.000.000 Disease -Each Employee $ 1.000 000 OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or -- cancellation, or in case there is no legal requirement, in less than five days in advance -of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE ,k7 a (Name of Insurer) 4- MUST BE SENT TO THE CITY OF LUBBOCK By: /2A1ZS1-1 a-,4 Tc. Title: 14ye The Insurance Certificates furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation on all policies in favor of the City of Lubbock. CONTRACT Paze Intentionally Left Blank CONTRACT # 8968 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 23rd day of June, 2009 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 Water Technologies Corn. of the City of Shrewsbury, County of Worcester and the State of Massachusetts 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 t CONTRACTOR hereby agrees with OWNER to commence and complete the Stage One and Two Services described as follows: PROPOSAL # 09-719-BM - MEMBRANE FILTRATION SYSTEM PROCUREMENT FOR LAKE ALAN HENRY WATER TREATMENT PLANT - $4,251,812.00 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 Water Technologies Cory's proposal dated May 13. 4 2009 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 j 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'forr 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: �. .S i('/� er►S �� i fir' ��Lrn�la��Cy �t�f'�,' —c By: PRINTS wCI TITLE: V,Lt,'�` t.s� f rye,— COMPLETE ADDRESS: Company 5 iC' r•7e,r 5 isla-rje r Address '3 -? ' 1 City, State, Zip .S I . ✓ P �r �1 - o t,<y.S- ATTEST: orporate S' cV& CITY OF LUBBOCK, TEXAS (OWNER): 01 By: _ MAYOR ATTEST: C itv Sec tary �fi�►/�+�I �'I • AMENDMENT TO CONTRACT # 8968 THIS AMENDMENT is made and effective on this 23rd day of June 2009, by and between Siemens Water Technologies Corp., 333 South St., Suite 300, Shrewsbury, Massachusetts 01545 and the City of Lubbock, County of Lubbock, State of Texas. FACTUAL RECITALS The parties referenced above executed Contract # 8968 for the procurement of a membrane filtration system for the Lake Alan Henry Water Treatment Plant (the "Contract"). The purpose of this Amendment is to modify certain of the terms and conditions of the Contract and further define the obligations of the parties. For good and valuable consideration, the receipt and adequacy of which is hereby acknowledged, the parties, intending to be legally bound, agree as follows: AGREEMENT 1. The terms of the Contract, as executed between Siemens Water Technologies Corp. and the City of Lubbock are to be modified and further defined in accordance with the attached "Amendment to Contract # 8968 - Attachment A". 2. To the extent not modified or further defined by this Amendment, all provisions of the Contract remain in full force and effect through its stated term. 3. This Amendment is legally binding on the parties hereto and supersedes all prior or contemporaneous writings or discussions concerning the matters contemplated by this Amendment. The parties hereto have executed this Amendment effective on the day first above written. The City of Lubbock, County of Lubbock, State of Texas. -,,-.'-'Signature Name Naw — Tjyl Siemens Water Technologies Corp. Si atu e Name yi Ce, PreS.'de,,,% 4 Gt'..,gJgl sLfangc3Cyr` Title AMENDMENT TO CONTRACT # 8968 - ATTACHMENT A This "Attachment A" specifies certain articles and sections of Contract # 8968 and the corresponding contractual modifications and clarifications as agreed upon by Siemens Water Technologies Corp. and the City of Lubbock, County of Lubbock, State of Texas. CONTRACTSTRUCTURE Section I Modification General Conditions I The following provision regarding assignment is made part of the General Conditions: "The Contract will be executed in the name of the OWNER initially and OWNER has the right to assign the Contract to a CONSTRUCTION CONTRACTOR and CONTRACTOR shall accept such assignment. Any assignment to a CONSTRUCTION CONTRACTOR shall require the CONSTRUCTION CONTRACTOR to accept the assignment of the contract "as is", without the imposition of other or different terms and conditions by the CONSTRUCTION CONTRACTOR. The OWNER may assign this Contract to the CONSTRUCTION CONTRACTOR at any time and, as of the date of assignment; all references in the Contract to OWNER shall mean CONSTRUCTION CONTRACTOR. After assignment, CONTRACTOR shall become a subcontractor to the CONSTRUCTION CONTRACTOR and, except as noted herein, all rights, duties, obligations of OWNER under the Contract shall become the rights, duties and obligations of the CONSTRUCTION CONTRACTOR. No other assignment by a party hereto, of any rights or interests in the Contract will be binding on the other party hereto without the written consent of the party to be bound, except for an assignment or transfer (i) to an affiliate of the CONTRACTOR or (ii) in connection with a sale or transfer of CONTRACTOR'S business that is providing work to the OWNER." LIMITATION OF LIABILITY Section Modification Article 41 Sub -paragraph 13.4 of the General Instructions to Offerors is deleted and a new Article 41 entitled "Limitation of Liability" is inserted into the General General Conditions Conditions and reads as follows: "NOTWITHSTANDING ANYTHING ELSE TO THE CONTRARY, SELLER SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, PUNITIVE OR OTHER INDIRECT DAMAGES; EXCEPT FOR CONSEQUENTIAL DAMAGES IN THE FORM OF LOST REVENUE OR PROFITS AND ONLY TO THE EXTENT SUCH LOST REVENUE OR PROFITS ARE ATTRIBUTLE TO THE NEGLIGENCE OF SELLER. SELLER'S TOTAL LIABILITY ARISING AT ANY TIME FROM THE SALE OR USE OF THE EQUIPMENT SHALL NOT EXCEED THE PURCHASE PRICE PAID FOR THE EQUIPMENT PLUS ONE MILLION DOLLARS ($1,000,000). THESE LIMITATIONS APPLY WHETHER THE LIABILITY IS BASED ON CONTRACT, TORT, STRICT LIABILITY OR ANY OTHER THEORY." WARRANTY Section Modification Article 12 The first two sentences are modified to read: "The intent of these contract documents is that only work that is free from defects in materials and workmanship General Instructions 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 work that is free from defects in materials and workmanship and for protecting them adequately until delivered into the possession of the Owner." Article 13 This article is replaced in its entirety with the following: General Instructions "Subject to the following sentence, Contractor warrants to Owner that the Work shall materially conform to the description in the specifications and shall be free from defects in material and workmanship. The foregoing warranty shall not apply to any work that is specified or otherwise demanded by Buyer and is Page 1 of 11 Amendment to Contract # 8968 — Attachment A AMENDMENT TO CONTRACT # 8968 - ATTACHMENT A not manufactured or selected by Contractor, as to which (i) Contractor hereby assigns to Buyer, to the extent assignable, any warranties made to Contractor and (ii) Contractor shall have no other liability to Owner under warranty, tort or any other legal theory. If Owner gives Contractor prompt written notice of breach of this warranty within 1 year from the time at which the modules provide a beneficial use for the OWNER (the "Warranty Period"), Contractor shall, at its sole option and as Owner's sole remedy, repair or replace the subject parts or refund the purchase price. If Contractor determines that any claimed breach is not, in fact, covered by this warranty, Owner shall pay Contractor its then customary charges for any repair or replacement made by Contractor. The determination shall be agreed by both parties prior to the commencement of work. Any work under warranty can be performed without OWNERS approval, however if the work is not covered by warranty the work should be mutually agreed prior to commencement. Contractor's warranty is conditioned on Owner's (a) operating and maintaining the Work in accordance with Contractor's instructions, (b) not making any unauthorized repairs or alterations, and (c) not being in default of any payment obligation to Contractor. Contractor's warranty does not cover damage caused by chemical action or abrasive material, misuse or improper installation (unless installed by Contractor). THE WARRANTIES SET FORTH IN THIS SECTION AND ARTICLE 1-3 ARE CONTRACTOR'S SOLE AND EXCLUSIVE WARRANTIES AND ARE SUBJECT TO THE LIMITATION OF LIABILITY SET FORTH IN THE GENERAL CONDITIONS OF THE CONTRACT. SELLER MAKES NO OTHER WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR PURPOSE." Article 13 The first sentence is modified to read: "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 General Conditions work or selected for the same, is not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's representative, at Contractor's sole option and as Owner's sole remedy, repair or replace such work so that it shall be in full accordance with the contract documents or refund the purchase price paid therefore." Article 30 • In the first sentence of the first paragraph, the balance of the sentence after "Contractor shall" is modified to read: ", at its sole option and as Owner's sole General Conditions remedy, repair or replace such condemned materials with other materials conforming to the requirements of the contract." • In the third sentence of the first paragraph, all references to "remove and" are replaced with "remove, repair or". • In the second paragraph, delete "and pay for any damage to other work resulting therefrom" Article 1-3.02. This article modified to add the following: "Replacement modules supplied under the membrane module warranty described in subparagraph (b) below shall 13030-8 assume the remainder of the warranty that was left on the module that was replaced:" Article 1-3.02.a • The second sentence is rewritten to read as follows: "If any part of the equipment supplied by CONTRACTOR should fail within Two Year Performance 13030-8 Guarantee Period the MSS shall, at its sole option and as OWNER'S sole remedy, repair or replace the failed piece of equipment at no expense to the OWNER Article 1-3.02.b(1) This subarticle is rewritten to read as follows: "Any membrane modules found to be defective within the first twenty-four (24) months of the Warranty Period 13030-9 shall, at CONTRACTOR'S sole option and as OWNER'S sole remedy, be repaired or replaced with new membrane modules at no cost to the OWNER. If a module is found defective as defined in Article 1-3.02.c, the module shall be replaced. Such repair or replacement shall be completed no later than forty five (45) days after OWNER gives CONTRACTOR written notice of the defective module." Article 1-3.03 The beginning of this Article is modified as follows: 13030-11 • "MFS Performance Guarantee. The CONTRACTOR shall furnish a warranty for performance of the MFS for a period of two (2) years commencing on the date of successful completion of the performance test or upon beneficial use of the MFS, whichever occurs first (the "Performance Guarantee Period"). The system shall be required to meet the Guaranteed Performance Requirements specified herein in Article 2-2.02 of this Section 13030. If the system fails to meet these requirements during the Performance Guarantee Period, the CONTRACTOR shall remedy the situation, at its sole option and as OWNER'S sole and remedy by..." Page 2 of 11 Amendment to Contract # 8968 — Attachment A ,..-____ - ....._... _ .. _ry _ _,__,,.._ AMENDMENT TO CONTRACT # 8968 — ATTACHMENT A Article 1-3.04 The fourth sentence is modified to read: "In the event the MFS and ancillary facilities' power consumption exceed the bid values, the CONTRACTOR shall, at 13030-11 its sole option and as OWNER'S sole remedy for power consumption in excess of the bid values, pay liquidated damages to the OWNER equal to the present value of the additional annual energy cost over a period of 20 years at the capitalization interest rate of 6 percent and energy cost determined at the time of the MFS Performance Test or repair or modify the MFS to meet the power consumption values proposed by the CONTRACTOR in the bid form." Article 1-3.05 • Modify the Article's firs paragraph to read: "The CONTRACTOR shall guarantee that future replacement membrane modules will be sold to the OWNER at 13030-12 the individual module unit price provided in the Proposal, escalated to the Consumer Price Index (see below), at any time within 10 years from acceptance of the installed MFS." Article 1-3.06 The first sentence in the third paragraph is modified to read: 13030-12 "In the event that the MFS and ancillary facilities are unable to comply with this Chemical Consumption Guarantee during the required performance testing, the MSS shall, at its sole option and as OWNER'S sole remedy for chemical consumption in excess of the bid values, pay liquidated damages to the OWNER equal to the present worth of the additional annual chemical cost over a period of 20 years at the capitalization interest rate of 6 percent and chemical cost (for each chemical) determined at the end of the performance test period repair or modify the MFS to meet the chemical usage values proposed by the CONTRACTOR in the bid form." INDEMNITY Section Modification Article 17 The balance of the first paragraph after the third sentence is rewritten to read: "The Contractor, its sureties and insurance carriers shall defend, indemnify and General Conditions hold harmless the Owner and all of its officers, agents and employees against any and all losses, costs, damages, expenses, liabilities, claims and causes of action, incurred by Owner as a result of third party claims for personal injury, death and damage to personal property to the extent of the Contractor's or any subcontractor's, agent's or employee's, negligence. Contractor shall have the sole authority to direct the defense of and settle any indemnified claim. Contractor's indemnification is conditioned on Owner (a) promptly, within 4 years of final payment, notifying Contractor of any claim, and (b) providing reasonable cooperation in the defense of any claim." Seller shall indemnify, defend, and hold harmless the Owner, for 1st party property damage, resulting from product or system defects up to the contract value plus one million US dollar ($ 1, 000, 000. 00 USD). Article 20 • The initial paragraph is modified to read: "Contractor agrees to indemnify Owner and its officers, directors, employees, agents, successors and assigns General Conditions against and hold them harmless from all third party claims and related liabilities, losses, damages, costs and expenses (including reasonable attorney's fees) (As modified by actually incurred by them ("Damages") to the extent cause by the negligence, gross negligence or willful misconduct of Contractor, its employees or agents Addendum 4) provided, in each case, that:" • In subparagraph "1", replace "immediately after it becomes aware of such claim" with "within 1 year of final payment to Contractor". Article 21 • In the fourth line of the paragraph, insert "United States (or other country with which the United States has a treaty recognizing the proprietary rights of each General Conditions other's patented or copyrighted rights)" before "patent or copyrights" and "by any of the work provided hereunder" after "patent and copyrights". • Beginning in the eighth line of the paragraph, delete the balance of the paragraph after "required in these contract documents by Owner". • Insert subsequent paragraphs that read as follows: "In the event of suit or threat of suit for intellectual property infringement, Owner will notify Contractor within a reasonable time of notifying Owner thereof. Upon written demand by Owner, Contractor shall be given the opportunity to defend the claim or suit, including negotiating a settlement. Contractor shall Page 3 of 11 Amendment to Contract # 8968 — Attachment A AMENDMENT TO CONTRACT # 8968 — ATTACHMENT A have control over such claim or suit, provided that Contractor agrees to bear all expenses and to satisfy any adverse judgment thereof. If a determination is made that Contractor has infringed upon intellectual property rights of another, Contractor shall, at its sole expense and choice, and as Owner's sole remedy, either: (i) procure the right to continue provision or use of the Goods, (ii) replace the Goods with non -infringing components, (iii) modify the Goods such that they become non infringing or (iv) refund the Contact Price paid for the Goods." LIQUIDATED DAMAGES Section Modification Article 24 Insert the following at the end of the fourth paragraph: `; THEREFORE THE CONTRACTOR AND OWNER HAVE AGREED TO LIQUIDATED General Conditions DAMAGES AS DELINEATED IN ARTICLES SC-4 AND SC-5 OF THE SPECIAL CONDITIONS." SC-5 Insert the following at the end of SC-5: "The Owner and Offeror agree that liquidated damages are the Owner's sole remedy for delay and that the aggregate Special Conditions of any liquidated damage paid under any provision of this Contract shall be limited to 60 days of Liquidated Damages for Phase I and 90 days of Liquidated (As amended by Damages for Phase II. The Offeror is to be excused for delays caused by reasons beyond its reasonable control, Owner or third party caused delays or delays Addendum 4) that are not attributable to the Offeror's actions or inactions." INSURANCE/BONDS Section Modification Notice to Offers In the second sentence of the fourth full paragraph, replace the phrase: "Best Rating of "A" or better" with "Best Rating of A- or better". Article 35 Insert the following at the end of the paragraph: "Notwithstanding anything to the contrary, any extended membrane module warranty shall be excluded from, General Conditions and remedies provided in accordance therewith shall not be secured by, any performance bond required by the Contract Documents. Moreover, The Owner is required as part of the Contract to return the original bond to the surety company upon completion of the Contractor's obligations under the Contract. If the original bond is unavailable for any reason, the Owner will complete a release letter addressed to the surety company stating that the Contractor's obligations under the Agreement have been satisfied and the surety company is released of any further obligations under the surety bond". AMBIGUOUS QUALITY/PERFORMANCE OBLIGATIONS Section Modification Article 3.1 Delete the phrase "the intent of'. General Instructions Article 5 Replace the phrase "of the Owner's representative" with "set forth in the contract documents". General Conditions Article 8 The second sentence is modified to read: "Unless otherwise specified, all work shall be new and free from defects in materials and workmanship. General Conditions Article 16 In the first sentence, delete the phrases "intent of these" and "as interpreted by Owner's Representative". General Conditions Article 32 Delete the fourth sentence in its entirety. General Conditions Article 4 Delete the first two sentences of this Article in their entirety. 01610-1 Page 4 of 11 Amendment to Contract # 8968 — Attachment A AMENDMENT TO CONTRACT # 8968 — ATTACHMENT A Article 7-4 In the last sentence of the first paragraph, replace the word "intended" with "specified". 01650-4 Article 3-4.01 • In the second sentence of the first paragraph, replace the phrase "construction contract" with "Completion of Performance Test or time of beneficial use 13030-64 by the City of Lubbock, which ever occurs first". • Delete the balance of the second sentence in the first paragraph after the word "thereafter". • In the third sentence of the fourth paragraph, insert "reasonable" before the word "attempt". Article 3-4.02 In the second sentence of the first paragraph, replace the phrase "construction contract" with "Completion of Performance Test or time of beneficial use 13030-58 by the City of Lubbock, which ever occurs first". Article 1-3.03 Delete the first two sentences of this Article in their entirety. 13500-4 Article 1-2.04 Delete the first two sentences of this Article in their entirety. 16150-6 TERMINATION AND BREACH Section Modification Article 33 • Delete the second and fifth paragraphs in their entirety. General Conditions • Insert the following at the beginning of the fourth paragraph: "Except as expressly provided otherwise in the Contract Documents,". Article 39 • In the first sentence, replace the phrase "without termination charge or other liability" with "and promptly pay CONTRACTOR for work performed prior to General Conditions termination and any other direct costs incurred as a result of such termination". • Delete the balance of the second sentence after the phrase "thirty (30) days prior written notice". Page 5 of 11 Amendment to Contract # 8968 — Attachment A AMENDMENT TO CONTRACT # 8968 — ATTACHMENT A The table below summarizes the resolution of Siemens technical exceptions regarding the procurement of membrane filtration system for Lake Alan Henry (LAH) water treatment plant (WTP) project. June 23, 2009 Number Reference (Spec Siemens Initial Comment (submitted with proposal dated 5/12/2009) Description of Resolution of Siemens Comments Section — Page — subsection) 1 01650-4 Section Start Up and Testing 7 Siemens supplied third party equipment, such as blowers, pumps, Siemens has responded that they do not object to mechanical testing of compressors, etc. will come with the factory shop test results being the sole equipment prior to startup. For 3rd party equipment that has been basis for acceptance or rejection of the equipment offered for reasons of factory tested, the 3,d party equipment supplier will not be held performance, responsible for errors by others (such as improper installation). 2 Section 11115 Horizontal End Suction Centrifugal Pumps Siemens will provide Grundfos vertical, ANSI process, multistage, in -line, A vertical pump is acceptable as long as the main specified requirements centrifugal pumps for the neutralization recirculation pumps. Grundfos is an for the pump are met. approved manufacturer, but does not manufacture horizontal end suction centrifugal pumps in this flow range. The Grundfos pump will be capable of meeting all performance requirements of the neutralization recirculation pump. 3 11636-10 Blowoff Silencers Section 2-6.03 A 6" discharge unloading valve is included located inside the enclosure and will Siemens has agreed to provide a second weighted relief valve which not require a silencer. would be mounted outside the blower enclosure in piping provided by the Construction Contractor. This valve would become the primary Note: As a result of questions asked by B&V concerning the blowers, other method for relieving pressure in the blower discharge. items were also resolved as indicated. The concept of mounting the inlet silencer within the blower enclosure and drawing air from the room is acceptable. The blower manufacturer indicated that blower vibration may not meet the specified requirements. Siemens attention is directed to Specification Section 11636, Paragraph 2-11.03 concerning vibration testing and the steps that need to be taken if vibration limits are not met. Page 6 of 11 Amendment to Contract # 8968 — Attachment A AMENDMENT TO CONTRACT # 8968 - ATTACHMENT A Number Reference (Spec Siemens Initial Comment (submitted with proposal dated 5/12/2009) Description of Resolution of Siemens Comments Section — Page — subsection) Siemens has agreed to provide an additional silencer on each blower discharge to be mounted in the piping immediately outside the blower package. 4 11636-14 Adjustable Frequency Drives Section 2-9.01 Roots will supply a constant speed motor and a set of belts and sheaves for the It is noted that Adjustable Frequency Drives are not required for the higher future flowrate in case the Memcor skids are fully populated. blowers in Siemens equipment arrangement. 5 11636-14 Blower Control Panel Section 2-6.03 Roots will supply their standard starter panel in lieu of that which is specified. It is acceptable to provide control of the blowers through the Siemens control panel and displaying the blower's instrumentation & control features on the Siemens control panel. This is acceptable provided that the specified functionality is provided. 6 11636-19 Startup and Testing Section 3-2.03 Exception is taken to pressure and temperature readings beyond the package, In Siemens view, instruments for flow, pressure, and temperature, are flow measurements by others as no flow meters are included in Roots' scope, part of Siemens scope and not part of Roots scope. Therefore this and outdoor/indoor ambient temperature & barometric pressure readings by testing will be included in Siemens scope but not in Roots scope. others. 7 13030-2 Section "A complete automated maintenance wash (MW) equipment system (also Siemens has agreed, as specified in Section 13030, to provide a MW 1-1.f referred to as chemically enhanced backwash equipment system) shall be equipment system which is a separate system fully independent from provided and shall be a separate system fully independent from the CIP the CIP equipment such that operation of CIP on one skid or rack does equipment such that operation of a CIP on one or more units of trains does not not prevent or interfere with MW operations on another skid or rack. prevent or interfere with MW operations on another unit or train." The City of Lubbock has indicated that a change order with cost considerations to delete the independent system will be considered after the contract is awarded. Page 7 of 11 Amendment to Contract # 8968 — Attachment A AMENDMENT TO CONTRACT # 8968 - ATTACHMENT A Number Reference (Spec Section — Page — subsection) Siemens Initial Comment (submitted with proposal dated 5/12/2009) Description of Resolution of Siemens Comments Siemens has provided its standard equipment for conducting Clean -In -Place and Maintenance Wash processes. Each skid in Siemens CP system will conduct CIP's every 30 days along with a weekly MW based upon the pilot study results. With the help and direction of Siemens personnel, the City of Lubbock will be able to schedule and conduct such operations so that CIP's and MW's will not occur concurrently. The weekly maintenance washes are fully automated and can be scheduled to occur at times that will in no way interfere with the six CIP's conducted within each 30 day period. In addition, providing completely independent CIP and MW systems will require the addition of a significant amount of additional capital equipment, engineering, and controls/programming work. The two independent systems will require additional duty and redundant CIP recirculation pumps; six additional 10" automatic valves per skid in addition to four additional 10" automatic valves on the recirculation for a total of 40 additional 10" automatic valves; additional flow control and check valves on each new line; six additional dosing skids; additional pressure gauges and flow meters and other required instrumentation; and additional piping connections. All of this additional equipment will required additional control points leading to a more complex control architecture with a significant amount of supplementary inputs and outputs. The independent systems will also create a more burdensome array of piping leading to each skid to prevent any possible cross connection between the CIP and MW systems. Although this piping will be out of the membrane vendor's scope of supply, the City of Lubbock will incur this additional cost through the CONSTRUCTION CONTRACTOR. This significant amount of additional capital equipment and controls and maintenance points does not include other system changes that may be necessary in the future that are not expressly addressed in the specification. To have truly independent CIP and MW systems, the membrane system most likely will require dual neutralization systems to allow for neutralization of an acid MW and a chlorine CIP concurrently. The additions in capital equipment and controls for this system could easily outstrip the additional costs detailed above while adding yet another layer of system complexity. As mentioned above, Siemens Water Technologies has years of experience in water treatment plant operations. Our dedicated team of field and applications engineers will provide the City of Lubbock with assistance and advice in the proper scheduling of future CIP's and MW's in a manner that prevent these from occurring concurrently and making the occurrence of a CIP and a MW in the same day rare. Siemens looks forward to discussing our standard CIP and MW system design along with our experience with such plant operations with Black & Veatch and the City of Lubbock during the evaluation of the procurement documents. Page 8 of 11 Amendment to Contract # 8968 — Attachment A AMENDMENT TO CONTRACT # 8968 - ATTACHMENT A Number Reference (Spec Siemens Initial Comment (submitted with proposal dated 5/12/2009) Description of Resolution of Siemens Comments Section — Page — subsection) 8 13030-5 Section 'The OWNER reserves the right to recycle decant and filtrate from the solids 1-2.03.b dewatering process, as well as MFS backwash waste, upstream of the pretreatment process. MFS shall include with their proposal a list of acceptable polymers and carryover concentrations for use in solids handling that will not void the membrane warranty." Siemens does not give blanket recommendations for polymers as we consider Siemens has clarified that it is too risky to use polymer in pretreatment that most, if not all polymers can cause significant fouling problems if used systems upstream from membranes, including on the reclaimed - inappropriately. Cationic polymers are not compatible with our membranes. recirculated streams, because this might cause irreversible fouling. Since Although we have used anionic polymers on some pilot applications in very not enough is known about which polymers and/or under what low doses (< 1 ppm), we still do not provide blanket recommendations for their conditions that polymer use does not result in irreversible fouling and use in full scale membrane filtration treatment applications. We have noticed since it is known that sometimes severe irreversible fouling can occur, that the key test of polymer compatibility is whether the system can be cleaned Siemens is not willing to present any blanket recommendations. B&V and perform well after exposure for polymer. It is not unusual for the initial agrees with Siemens that it is best not to use polymers upstream of the rate of fouling to be low but then to find that normal cleaning procedures are membranes due to the risk of irreversible fouling. This is not a drawback ineffective, for the LAH WTP design as the project has been planned & piloted without use of polymer. 9 13030-20 Each Bidder must identify with the Proposal a mechanism for adjusting Section 2-1 performance and warranty provisions if feed water quality falls outside the ranges specified. If no mechanism is identified, no exceptions will be made for Guaranteed Performance Requirements and Warranties. Siemens respectfully takes exception to this requirement. It is difficult for Siemens The specifications addressed this issue in advance by listing maximum water determine the effect that swings in raw water quality will have on the upstream quality values in excess of values observed historically, including during the pilot. pretreatment process effluent. Although swings in raw water quality will often result in In addition, the subsequent acceptance of variations in water quality as periodic detrimental performance of the pretreatment system and thus result in poorer quality excursions by Siemens further protects COL. feed water being sent to the membranes it is difficult to determine the exact effect on the membrane performance and warranty guarantees. B&V recommends that COL accept the following clarifications: Increases in turbidity, iron, manganese, TOC, etc. beyond the levels referenced in the Siemens has agreed to limited conditions for allowing acceptance of variations in specification will likely result in reductions in membrane performance. Often, these water quality of up to 150% of raw water quality parameters as follows: changes will be brief spikes, in which increased backwash or maintenance wash intervals (1) Siemens and City of Lubbock (COL) accept that during excursions in water will be necessary to maintain specified membrane performance. Severe changes may quality parameters, plant capacity and/or CIP, MW, or BW intervals will not also require reductions in CIP intervals and/or reductions in flow capacity during the poor necessarily be maintained. However, the equipment, including the membrane raw water quality and poor feed water quality periods. Additionally drops in temperature modules, shall not be damaged and equipment performance shall return to beyond the stated range can reduce membrane performance possibly resulting in similar specified conditions and warranties after water quality returns to within the changes as just discussed. Permanent or frequent changes in the water quality from specified ranges. The above applies if one or more of the following increase to what is referenced in the specification could affect membrane warranty guarantees 150% of the maximum values stated in Table 1 of section 13030: Alkalinity, and/or require reductions in flow capacity. Calcium, Chloride, Magnesium, TDS, TOC, turbidity, iron, and manganese. There may be a period of recovery of up to two months after an extreme Siemens recommends defining the vague request for a performance and warranty excursion before the equipment performance is returned to normal. For Turbidity, Iron, Manganese, and/or TOC, it is assumed that the cumulative adjustment mechanism in more detail following the bid with the City of Lubbock and the duration of the event for each parameter would not exceed 4 weeks per year. Black & Veatch process design team. Page 9 of 11 Amendment to Contract # 8968 — Attachment A AMENDMENT TO CONTRACT # 8968 - ATTACHMENT A Number Reference (Spec Siemens Initial Comment (submitted with proposal dated 5/12/2009) Description of Resolution of Siemens Comments Section — Page — subsection) 10 13030-25 "Each train shall allow operational flexibility and hydraulic capacity such that it Section 2-5.01 can be operated at an operator -selected filtrate production capacity equivalent to a flux between 50 percent and up to 155 percent of the Maximum Instantaneous Flux specified herein." Each train will have the hydraulic capacity to produce a filtrate production Siemens has clarified that if only hydraulics were considered, and not capacity between 50 percent and up to 120 percent of the specified production membrane flux or fouling (which was the intent of this part of the capacity to accommodate future full build -out of the train. Running at the specifications) that: filtrate production capacity equivalent to 120 percent of the Maximum 0 The membrane units can operate hydraulically at a rate of up Instantaneous Flux will affect warranty and other guarantees. to 155% of the Maximum Instantaneous Flux specified. • Siemens is proposing providing 8 feed pumps with a capacity of 2,730 gpm each such that 7 duty pumps can deliver the required flow to the membranes. These pumps would have the capacity to produce a flow equal to 155% of the Maximum Instantaneous Flux. • The strainers proposed can only meet the 155% criteria if all are running, including the standby. 11 13030-28 Sodium Hydroxide piping materials Section 2-6 Exception is taken to the carbon steel material and CPVC is offered instead. We Siemens has agreed to use the specified steel piping. Therefore, this have determined that CPVC a better selection for 50% sodium hydroxide based issue is fully addressed; Siemens equipment would comply with the on the Compass Corrosion Guide Il, specification. 12 13030-29/30 CIP and MW system Section 2-8 See comment #7 See Item 7 above. 13 13030-30 "The pumps shall be ANSI process, horizontal end suction centrifugal type, See Item 7 above. Section 2-8.01 constructed of Type 316 stainless steel and shall meet the requirements specified (see Section 11115)." Siemens shall provide Grundfos vertical, ANSI process, multistage, in -line centrifugal pumps for use in the neutralization system. Grundfos is an acceptable manufacturer (11115-5 2-3), but does not manufacture horizontal end suction centrifugal pumps in this size range. The Grundfos vertical in -line centrifugal pumps will provide the performance requirements specified in the rest of Section 2-9.01. 14 13030-32 MW System See Item 7 above. Section 2-9 See comment #7 15 13030-64 Maintenance Services Section 2-9 Page 10 of 11 Amendment to Contract # 8968 — Attachment A AMENDMENT TO CONTRACT # 8968 - ATTACHMENT A Number Reference (Spec Section — Page — subsection) Siemens Initial Comment (submitted with proposal dated 5112/2009) Description of Resolution of Siemens Comments The system maintenance shall include all maintenance within the envelope of Siemens has clarified that extended maintenance services covered by the membrane filtration system. Siemens would cover the Siemens -built trains, but not the 3rd party ancillary equipment (e.g., pumps, blowers, compressors). However, the extended service period for the ancillary equipment is 2 years. As proposed by Siemens, the ancillary equipment will be provided with 2 year mechanical warranties provided by the manufacturers of the ancillary equipment. However, maintenance labor for the ancillary equipment would not be included during the 2 year period. "10A" 13030 Not one of the original exceptions, but during Q&A after receiving the Siemens has proposed providing smaller capacity membrane feed proposal, Siemens told B&V their system as proposed may not meet the 2 mgd pumps (2,730 gpm capacity) that can be operated at a flow rate net filtrate minimum capacity. required to produce a low filtrate flow of 2 m d. Page 11 of 11 Amendment to Contract # 8968 — Attachment A GENERAL CONDITIONS OF THE AGREEMENT 11 Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 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 Siemens Water Technologies Corp. 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 FRANKLINP.E. CHIEF ENGINEER WATER UTILITIES, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors 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. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. k. 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. .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 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. 10. 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 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 11. 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. 12. OBSERVATION AND TESTING 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 through oversight or otherwise. 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. 13. 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 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. 14. 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. 15. EXTRA WORK The tenn "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 herein. It is agreed that the Contractor shall perform all extra work under the direction 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; 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. 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, snake 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 snaking written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as 4 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. 16. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 17. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compcnsation 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 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. 18. 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 AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. 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. A. L B C C E. F 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: Contractual Liability Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED 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, $500,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED Umbrella Liability Insurance — NOT REQUIRED Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation requircd) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least 50$ 0,000. 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 perfonning 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. 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. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 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, fonn 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: 7 (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 i 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 F-... coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; t (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 I 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 aver 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. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) (2) (3) (4) (5) (6) (7) (8) (9) The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. 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. 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. 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. If policy limits are paid, new policy must be secured for new coverage to complete project. 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: (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: 9 REQUIRED WORKERS'COMPENSA TION CO VERA GE 1' "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 the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.statexr 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; (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; 10 (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. 19. 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. 20. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and 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 becn paid, discharged or waived. 21. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION 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 Patentce or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and 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. 22. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and 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 23 24 25 the work. In the absence of timely written notification 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. 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. SUBCONTRACTING 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. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, 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. Times for Substantial Completion and Liquidated Damages are delineated in SPECIAL CONDITIONS, paragraphs SC-4 and SC-5. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, and has considered the liquidated damage provisions of paragraph 24 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 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. 12 26. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause 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. - , 27. 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. 28. 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. 29. PARTIAL PAYMENTS Partial progress payments will be made for each milestone as indicated in SPECIAL CONDITIONS, paragraph SC-6. 30. 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 after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's t Representative. 13 31 32 33 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. 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. } 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 1 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. 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 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after 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, 14 machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the 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 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the 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 34, hereinabove set forth. 15 34. LIMITATION ON CONTRACTOR'S REMEDYi '. 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. 35. BONDS I 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 an approved Surety Company authorized to do r business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. ) 36. 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 6 shall control. 37. 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. - 38. 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. 39. NON -APPROPRIATION 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. 16 I 40. 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 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. 17 Page Intentionally Left Blank SPECIAL CONDITIONS Page Intentionally Left Blank Section 00800 SPECIAL CONDITIONS - LIST OF SUBJECTS SC-1. DEFINITIONS SC-2. CONTRACT AND SUBCONTRACT SC-3. PERFORMANCE AND PAYMENT BONDS SC-4. TIME AND ORDER FOR COMPLETION SC-5. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES SC-6. PARTIAL PAYMENTS SC-7. TECHNICAL INFORMATION SUBMITTAL SC-8. BASIS OF PROPOSAL AND SELECTION CRITERIA SC-9. BONDS SC-10. CONTRACTORS INSURANCE (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -1- (Membrane Procurement ) (B&V PN 161704 ) i 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 will be constructing the Lake Alan Henry Water Treatment Plant. 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. CONTRACT AND SUBCONTRACT. The City of Lubbock will receive and evaluate proposals from prequalified membrane filtration system suppliers (offerors) prior to completion of the design and prior to the date that CONSTRUCTION CONTRACTORS will submit their bids or proposals for construction of the Lake Alan Henry Water Treatment Plant. The selected Supplier will enter into an initial Agreement (Contract) with the City for providing the Stage I services during design of the project. This initial Agreement will be for the stipulated amount shown in the Proposal Submittal Form for the Base Proposal, Item 1. If the Supplier considers the cost for the Stage I services to be greater than the amount entered for Item 1, the additional cost shall be included as part of the cost of Item 2 of the Base Proposal. The selected Supplier will become a subcontractor to the CONSTRUCTION CONTRACTOR for construction of the project. The name, bid price, and proposal of the selected Supplier will be supplied to each CONSTRUCTION CONTRACTOR bidding or (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -2- J (Membrane Procurement ) (B&V PN 161704 ) proposing on the project. After opening and evaluaion of bids or proposals, the City will award the contract to the successful CONSTRUCTION CONTRACTOR. Within a period of time not to exceed 400 calendar days from the receipt of the membrane supplier proposals, the Supplier shall enter into a written subcontract with the CONSTRUCTION CONTRACTOR for the Stage II and III work (Base Proposal, Item 2) and Additive Proposal Item A2, if selected by the City). The membrane Supplier shall hold the bid price for a minimum of 400 calendar days. The City reserves the right to reject all bids and to cancel the Project prior to issuing a Notice to Proceed for the Stage II work. SC-3. PERFORMANCE AND PAYMENT BONDS. The performance and payment bonds required as security shall be furnished to the CONSTRUCTION CONTRACTOR for the Lake Alan Henry Water Treatment Plant at the time of entering into the written subcontract agreement with CONSTRUCTION CONTRACTOR. SC-4. TIME AND ORDER FOR COMPLETION. Article 10 in the General Instructions to Offerors shall be deleted in its entirety and replaced with the following: The delivery of Goods and furnishing of services shall be in accordance with the following schedule. Stage I Milestone Schedule Item No. Milestone Descri tion Milestone Date 1 Technical Information Submittal Submitted with Bid. 2 Second Technical Submittal Within 60 days after receipt of Stage I Notice to Proceed 3 Final Technical Submittal Within 14 days after receipt of review comments from Engineer on Second Technical Submittal 4 Submit draft CONSTRUCTION Within 14 days after receipt of CONTRACTOR Information Package comments from Engineer on Final Technical Submittal 5 Submit final CONSTRUCTION Within 14 days after receipt of CONTRACTOR Information Package review comments from Engineer on draft CONSTRUCTION CONTRACTOR Information Package 6 Review construction contract Within 14 days after receipt of documents at 90 and 100 percent review documents from Engineer completion levels and provide comments to Engineer Stage II Milestone Schedule 1 Submit shop drawings Within 60 days after Notice to Proceed is issued to CONSTRUCTION CONTRACTOR 2 1 Complete delivery of equipment and Aril 1, 2011 or later date if (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -3- (Membrane Procurement ) (B&V PN 161704 ) Final Operation & Maintenance Manuals, except membrane modules established by CONSTRUCTION CONTRACTOR'S CONSTRUCTION schedule 3 Complete delivery of membrane A date to be established by modules CONSTRUCTION CONTRACTOR'S construction schedule, expected to be approximately December 1, 2001. CONTRACTOR shall not deliver membrane modules until after a date established by the CONSTRUCTION CONTRACTOR to minimize on - site storage time. 4 Successful completion of membrane A date to be established by filtration system performance testing CONSTRUCTION CONTRACTOR'S construction schedule, expected to fall between April 1, 2012 and June 15, 2012 Partial deliveries of equipment shall be permitted. CONTRACTOR shall submit a delivery plan as part of the CONSTRUCTION CONTRACTOR information package. SC-5 TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES. Add the following to Article 24 of the General Conditions of the Agreement and replace it with the following: For Stage I Milestones Offeror shall pay the Owner the amounts listed below for each calendar day that expires after the milestone dates specified in the Contract Documents. For Stage II Milestones Offeror shall pay the CONSTRUCTION CONTRACTOR the amounts listed belowfor each calendar daythat expires after the milestone dates specified in the Contract Documents. Stage I Milestones Item No. Milestone Description Li uidated Damages Per Da 2 Second Technical Submittal $2,000 3 Final Technical Submittal $2,000 4 Submit draft Construction Contractor Information Package $2,000 5 Submit final Construction Contractor Information Package $2,000 6 f Review construction contract documents at 90 and 100 percent completion levels and provide comments to Engineer $2,000 Stage II Milestone Schedule 1 1 Submit shop drawings $2,000 2 1 Deliver equipment and Final Operation $4,000 (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -4- (Membrane Procurement ) (B&V PN 161704 ) & Maintenance Manuals, except membrane modules 3 Complete delivery of membrane $4,000 modules 4 Successful completion of membrane $4,000 filtrations stem performance testing SC-6. PARTIAL PAYMENTS. Article 29 in the General Conditions of the Agreement shall be deleted in itsentirety and replaced with the following: Partial progress payments will be made for each milestone, as follows: Stage I Payment Schedule Item No. Milestone Description Maximum Payment Amount 2 Second Technical Submittal 50 percent of Stage I contract Price 3 Final Technical Submittal 20 Percent of Stage I contract Price 4 Submit draft CONSTRUCTION 15 percent of Stage I contract CONTRACTOR Information Package Price 5 Submit final CONSTRUCTION 15 percent of Stage I contract CONTRACTOR Information Package price Stage II Milestone Schedule 1 Completion of shop drawing submittal 10 percent of Stages II and III process contract price plus Additive Proposal Item A2 if selected by Owner 2 Deliver equipment and final Operation & 50 percent of Stages 11 and III Maintenance Manuals, except contract price plus Additive membrane modules Proposal Item A2 if selected by Owner 3 Complete delivery of membrane 20 percent of Stages II and III modules contract price plus Additive Proposal Item A2 if selected by Owner 4 Successful completion of membrane 20 percent of Stages 11 and III filtration system performance test contract price plus Additive Proposal Item A2 if selected by Owner For Stage I work, the Offeror shall submit to OWNER an application for partial payment on or before the tenth day of each month. OWNER will review said application and, if found to be in order, OWNER will pay CONTRACTOR on or before the fifteenth day of the current month based on the payment amounts shown in the schedule above. For Stages II and III work and Additive Proposal Item A2 (If selected by Owner), the Offeror shall submit payment applications through the CONSTRUCTION (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -5- (Membrane Procurement ) (B&V PN 161704 ) CONTRACTOR on a monthly schedule established by agreement between CONSTRUCTION CONTRACTOR and Owner. If delivery of equipment is made for Stage 11 milestone Item 2 at more than one time, separate payment will be made provided that the amounts are established with the owner at least 30 days prior to delivery. The OWNER will make payment to the CONSTRUCTION CONTRACTOR based on the same monthly schedule described above. g For Additive Proposal Item Al, if selected by Owner, the Offeror shall submit to Owner an application for partial payment, based on the percentage of the total services provided that month, an application for partial payment on or before the tenth day of the month. OWNER will review said application and, if found to be in order, OWNER will pay CONTRACTOR on or before the fifteenth day of the current month. SC-7. TECHNICAL INFORMATION SUBMITTAL. A Technical Information Submittal shall be prepared and be in sufficient detail so that the OWNER can ascertain the CONTRACTOR'S ability to comply with the Proposal Documents. The technical information will also be used to conduct the comparative evaluation prooss as specified herein. Four hard copies and 1 copy of the electronic files on CD of the Technical Information Submittal shall be submitted with the Proposal. CONTRACTOR shall provide all data required in Schedule C: Membrane Filtration System Description which is a part of the Proposal Submittal Form. In addition, the CONTRACTOR shall submit the following documents and data with its Proposal: A. Process Flow Diagrams (PFD). Process Flow Diagrams shall show as a minimum the following: All major flow streams shall be identified and a flow/mass balance table shall be provided that identifes flows at typical conditions, peak conditions, and maximum instantaneous conditions (i.e., flow rates when the maximum number of trains are in backwash and/or cleaning). Operating pressures shall also be presented in the flow/mass balance table. Provide additional information necessary to completely illustrate the process. B. Process Description. Provide a written description of the process including all ancillary systems. C. Chemical Feed Schematic Diagram. The chemical feed schematic diagram shall show the principal items of equipment being furnished and their interrelationship. The diagram shall include sizes for all piping and valves, connection points for equipment, and type of connection and piping. D. Equipment List. Provide a detailed list of all equipment, valves, instrumentation devices, and appurtenances being provided, as well as all such items necessary for the system and items to be provided by others. The list shall include quantity and designation of all system components. (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -6- (Membrane Procurement ) (B&V PN 161704 ) All items shall be numbered and coordinated with the membrane system schematic. E. Process Equipment Layout and Elevation Drawings. A detailed layout drawing of the system showing equipment dimensions, clearances between units, clean -in -place system components, rinse water and neutralization system, air supply system (if required), electrical control panels, compressors, blowers, tanks, and all other ancillary equipment for a complete operating system. The layout drawing shall show the trains required for the specified net flow production system. This drawing shall be to a minimum of 1/4" = 1'-0" scale, and may be used in part for determining required square footage for a proposed membrane building. ENGINEER reserves the right to adjust the layout to provide adequate space for access to equipment or to re -organize the space in relation to other facilities that are part of the overall planned and future layout. An elevation drawing of the system shall also be provided. Elevation drawing shall specify required building height and equipment dimensions, and shall also be to a minimum scale of 1/4"=1'-0". F. 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. G. Process and Instrumentation Diagrams and Written Description. Preliminary Process and Instrumentation Diagrams (P&ID's) are to be included in the proposal. The P&ID's are to clearly show the locations and types of control valves and instruments, and indicate how the filtration processes are to be monitored and controlled. A written description of the instrumentation and control scheme shall also be included in the Bid. H. Electrical Single Line Diagram. An electrical single line diagram (SLD)is to be included in the Proposal. The SLD is to show motors and other electrical loads for the membrane systems. The motors and other loads are to be identified so that their location within the building can be determined. Provide the following information: horsepower, volts, amps, number of phases, etc., in tabular format. I. Electrical Loads. A list of all electrical loads associated with the membrane system is to be included in the Proposal. This shall include, but not be limited to, pumps, compressors, chemical feed pumps, valve actuators, - clean -in -place solution heaters and mixers, instrumentation and control systems, etc. In addition to identifying and giving the power requirements for each load, an estimate of the kWh per million gallons of filtered water produced is required. Provide this information in tabularformat. Membrane Integrity System. Means of determining when, and which, membrane element has failed is required. Address how a membrane failure is discovered and located and how such a failure can be repaired or (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -7- (Membrane Procurement ) (B&V PN 161704 ) W, membrane element replaced. Any special tools or procedures needed to accomplish this as well as the time (labor hours) required and an indication of the skill level or training needed shall also be described. K. Hydraulic Headloss Across the Membrane System. The maximum and average feet of hydraulic head that will be lost as the feedwater passes through the equipment.to produce the specified net flow. The headloss shall include all losses from piping, valving, equipment, strainers, membranes, etc. The headloss calculation shall be presented in tabular form so the total loss across the membrane system is clearly identified. The maximum headloss calculation shall be based on the "worst case situation" (e.g., at the transmembrane pressure just prior to membrane cleaning). L. Access and Maintenance Considerations. Describe provisions in the design for installing and replacing membranes and other components of the membrane system. This shall include allowing sufficient space in and around the membranes and other items that can be expected to need maintenance or replacement. In addition, if special equipment is needed to remove, replace, and/or maintain the membranes or any other piece of the membrane equipment, the need for, description of, and cost for such special equipment shall be included in the cost proposal. The cost impact of equipment necessary to maintain the membrane equipment will be taken into account in evaluating the Proposals. Provide information on required clearances above the equipment and other ancillary equipment such as hoists and other lifting devices. Provide information on necessary lifting devices for removal of equipment. M. Air Compressors and Accessories. Provide detailed list of design parameters for the air compressors and accessories, including, but not limited to, the following: Compressors Number and Dimensions. Design capacity and pressure. Performance at various discharge pressures including air flow capacities and brake horsepowers. Manufacturer and catalog drawings. Type and model. Motors Name of manufacturer. Type and model. Horsepower rating and service factor. Assembly Overall dimensions. Piping connections. (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -8- (Membrane Procurement ) (B&V PN 161704 ) �r• r r- a; Dryer J Type and capacity. Power requirement. Dimensions. N. Air Receivers Number and Dimensions. Pressure rating. Nominal capacity. O. Low Pressure Blowers. For systems that utilize blowers, provide detailed design information, including: Number and Dimensions. Type. Motor Size. Design Duty Point. Performance curves. Controls to be provided. Control Strategy. P. Pumps. Details on all pumps required for an operating membrane system, including but not limited to: cleaning solution pumps, backwash pumps, and feed/filtrate pumps. Provide the following information at a minimum, for all pumps required for an operating system. Pump Number, Dimensions, and Service Name of manufacturer. Type and model. Rotative speed.. Size of suction and discharge nozzle. Net weight of pump only. Complete performance curves showing capacity vs. head, NPSH required, pump efficiency, and bhp. Motor Name of manufacturer. Type and model. Rated size of motor, hp. Full -load rotative speed. Adjustable Speed Drives Number, dimensions, and weights. Name of manufacturer and model numbers. (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -9- (Membrane Procurement ) (B&V PN 161704 ) Q. Chemical and Backwash Tanks. Provide the number, size, and material of chemical and backwash tanks. R. Clean -in -Place Equipment. Provide detailed design information and process description for the clean -in -place system. S. Major Valves and Actuators. Provide manufacturer, model number, catalog drawings and data sheets for all major valves and actuators T. Membrane module information. Provide the number of months this membrane model has been used for the treatment of municipal potable surface water. U. Membrane System Operation and Maintenance. Provide a daily and weekly operating schedule for all membrane trains showing durations of filtration, backwashing, maintenance wash, integrity testing, chemical cleaning, and any other operating condition. The schedules shall demonstrate the equipment and overall system's ability to meet the specified System Design and Performance Requirements. V. Provide detailed design information on the following items: • Electrical process control equipment. • Programmable logic controllers and control system. • Instrumentation components. W. Functional Description and Functional Block Diagram. Provide a Functional Description of the control system operation, including: • Control logic. • Control of feed, filtrate, backwash, and chemical cleaning solution streams. • Pressure control. • Flow and level control. • Membrane filtration train and system operation and control. • Backwash and chemical cleaning sequencing. • Alarms and shutdowns. • Chemical cleaning solutions. • Chemical cleaning make-up water requirements (flow, volume, temperature, water quality). • Filtrate water quality monitoring, control, alarms, and shutdown. • Pump and motor operation and control. • Compressor and motor operation and control. • Blower and motor (if required) operation and control. The functional description shall be consistent with Membrane Filtration System Section. Bidder shall provide a Functional Block Diagram that illustrates the Functional Description. (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -10-° (Membrane Procurement ) (B&V PN 161704 ) t SC-8. BASIS OF PROPOSAL AND SELECTION CRITERIA. Add the following to Article 19 of the General Instructions to Offerors: Award of contract will be based on the results of a comparative evaluation process including the Base Proposal, 20-year present worth life cycle analysis of operating and membrane replacement costs, capital cost of constructing the facilities associated with the Membrane Filtration System, and the non -financial factors identified herein. 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 Description Evaluation Criteria No. FINANCIAL FACTORS 1. Total Base Proposal for From Proposal Submittal Form (Stages I, II, and III) Membrane Filtration System 2. 207Year Present -Worth Cost will be determined by ENGINEER based on Operating Cost the information provided by CONTRACTOR in the Proposal Submittal Form (Schedule A). 3. Present -Worth Cost of Cost will be determined by ENGINEER, based on Future Membrane membrane replacement requirements specified by Replacement CONTRACTOR in the Proposal Submittal Form Schedule B . Includes module replacement cost. 4. Capital cost of Included may be building, building bundation, structures, facilities, earthwork, basin excavation, concrete quantity, and other work concrete basin lining requirements, lifting equipment necessary to complete for membrane removal, installation of equipment, the installation of the etc. Membrane Filtration System Sum of 1 through 4 lffieiqhtinct Factor = 70% (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -11- (Membrane Procurement ) (B&V PN 161704 ) Item Description Evaluation Criteria No. NON -FINANCIAL FACTORS 5. Operation/ What level of maintenance is anticipated for the Maintenance membrane filtration equipment and ancillary systems? Will the proposed equipment design facilitate maintenance activities? What level of operator attention is anticipated for the membrane filtration system? What is history of CONTRACTOR'S support provided during installation and following completion. What is operating history at other facilities and history of maintaining proposed operating flux rate. 6. Compliance/ Does the design submitted meet the intent of the Flexibility Technical Specifications? Are the proposed facilities flexible with regards to future expansion, reliable, and durable? 7. Plans & Elevations Is the arrangement of membranes and apportionment of space efficient and provide for ease of operation and maintenance? 8. Process Equipment Are the type and quality of materials and equipment proposed in conformance with the Technical Specifications? Is the equipment the manufacturer's current model, is it convenient to maintain, and are parts readily available? 9. Process Does the instrumentation and control system meet Instrumentation and project requirements? Controls 10. List of Exceptions Do the exceptions taken by the CONTRACTOR indicate that project requirements will be compromised? 11. Pilot Performance How did the equipment perform during the pilot - test? Summary of Non- Weighting Factor = 30•9 Financial Factors The selection criteria used to evaluate each proposal includes the following: 70% FINANCIAL FACTORS: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for the proposals. The lowest proposal price of all the proposals becomes the standard by which all price 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 = Financial Factors Score (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -12- (Membrane Procurement ) (B&V PN 161704 ) t: z_a 30% 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) with the maximum point value availakle equal to the maximum point value for financial factors. SC-9. BONDS. Add the following to the end of Article 35 of the General Conditions of the Agreement: The performance and payment bonds required as contract security shall be furnished to Owner for the Lake Alan Henry Water Treatment Plant project. The amount for the performance and payment bonds shall be equal to the sum of the Total Base Proposal Price and Additive Proposal Items selected by Owner at the time of award of the contract. SC-10. CONTRACTOR'S INSURANCE. The Engineer shall be included as an additional insured on the CONTRACTOR's General Liability and Umbrella or Excess Liability policies. CONTRACTOR shall provide a Certificate of Insurance to Engineer, evidencing such endorsement prior to beginning any Work on the project. CONTRACTOR 's insurance carriers shall wave all rights of subrogation against Engineer. (City of Lubbock, Texas ) 00800 (Lake Alan Henry WTP ) -13- (Membrane Procurement ) (B&V PN 161704 ) CITY OF LUBBOCK, TEXAS LAKE ALAN HENRY WTP MEMBRANE PROCUREMENT PACKAGE TECHNICAL SPECIFICATIONS BLACK & VEATCH CORPORATION REGISTRATION NO. F-258 OF ............. .. NORMAN R. s-L .. . 97926 .' Q �n�sT,ev nrEti r�ia B&V PN 161704 CITY OF LUBBOCK, TEXAS LAKE ALAN HENRY WATER TREATMENT PLANT CONTRACT NO. MEMBRANE FILTRATION SYSTEM PROCUREMENT TABLE OF CONTENTS Subject Pages TECHNICAL SPECIFICATIONS DIVISION 1 — GENERAL REQUIREMENTS 01015 Project Requirements 1 : 8 01070 Abbreviations of Terms and Organizations 1 : 4 01200 Project Meetings 1 : 2 01300 Submittals 1:6 01310 Progress Schedules 1 : 1 01610 General Equipment Stipulations 1 : 5 01612 Shipping 1:1 01614 Handling and Storage 1 : 2 01620 Manufacturer's Field Services 1 : 2 01650 Startup and Testing Requirements 1 : 7 01660 Training Requirements 1 : 6 01730 Operation and Maintenance Manuals 1 : 4 DIVISION 2 THROUGH 4— NOT USED DIVISION 5— METALS 05530 Grating 1:3 05550 Anchorage in Concrete and Masonry 1: 4 05990 Structural and Miscellaneous Metals 1 : 9 (City of Lubbock, Texas ) TC-1 (Lake Alan Henry V TP ) (Membrane Procurement Package) (161704 ) TABLE OF CONTENTS (Continued) Subject Pages DIVISION 6 THROUGH 10 — NOT USED DIVISION 11 — EQUIPMENT 11115 Horizontal End Suction Centrifugal Pumps 1 : 8 11610 Multistage Centrifugal Blowers 1 : 19 11635 Compressed Air Equipment — Rotary Screw 1 : 17 Compressors 11636 Positive Displacement Blowers 1 : 20 11727 Liquid Chemical Feed Equipment 1 : 16 DIVISION 12 — NOT USED DIVISION 13 —SPECIAL CONSTRUCTION 13030 Membrane Filtration System 1 : 59 13190 Fiberglass Reinforced Plastic Chemical 1 : 28 Storage Tanks 13500 Instrumentation and Control System 1 : 22 13530 Programmable Logic Controllers 1 : 12 DIVISION 14 — NOT USED DIVISION 15 — MECHANICAL 15060 Miscellaneous Piping and Pipe Accessories 1 : 3 15064 Stainless Steel Pipe, Tubing, and 1 : 7 Accessories 15065 Miscellaneous Steel Pipe, Tubing, and 1 : 6 Accessories 15067 Miscellaneous Plastic Pipe, Tubing and 1 : 5 Accessories 15070 Copper Tubing and Accessories 1 : 3 15091 Miscellaneous Ball Valves 1 : 8 15092 Industrial Butterfly Valves 1 : 6 3� (City of Lubbock, Texas ) TC-2 (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 Subject TABLE OF CONTENTS (Continued) Pages 15093 Check Valves 1: 8 15095 Solenoid Valves 1 : 4 15097 Pinch and Diaphragm Valves 1 : 3 15098 Plug Valves 1 : 3 15180 Valve and Gate Actuators 1 : 12 15495 Automatic Strainers 1: 6 DIVISION 16 —ELECTRICAL 16050 Electrical 1:19 16150 Adjustable Frequency Drives 1 : 16 16220 General Purpose Induction Motors 1: 8 FIGURES Number Title Following Page 1-01612 Export Shipment Package Instructions 01612-1 2-01612 Marking Instructions 01612-1 1-13500 Instrument Calibration Report 13500-22 2-16050 Cable Data (600-1-XLP-NONE-XHHW-2) 16050-19 4-16050 Cable Data (600-SINGLE-PAIR-SH-INSTR 16050-19 5-16050 Cable Data (600-SINGLE-THIAD-SH-INSTR) 16050-19 6-16050 Cable Data (600-MULT�PAIRS-TRIADS-SH-INSTR) 16050-19 (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) TC-3 TABLE OF CONTENTS (Continued) Subject APPENDIX Figure 1 Enlarged Site Plan Figure 2 Treatment Facility Hydraulic Profile Figure 3 Preliminary Plant Schematic Figure 4 Treatment and Administration Complex Floor Plan Pages (City of Lubbock, Texas ) TC-4 (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) 4 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 overall project will include construction 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 including backwash and clean -in -place equipment • 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 • Operations building • On -site sanitary waste treatment system CONTRACTOR shall supply the MF/UF Membrane Filtration System (MFS) equipment for the above facilities as specified herein for inclusion in a separate construction contract. Equipment and services to be furnished by CONTRACTOR under this Contract Documents will be assigned and included as (City of Lubbock, Texas ) 01015 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) _ y a pre -negotiated price in the construction contract that the CONSTRUCTION CONTRACTOR will include in his bid with his construction work. The construction of the facilities and the installation of the MFS equipment shall be performed by the CONSTRUCTION CONTRACTOR under the construction contract. CONTRACTOR shall refer to the specific specifications sections included in this Contract Documents for details on the limits of his scope. Refer to the Appendix for the following drawings: • Preliminary Process Flow Diagram • Preliminary WTP Hydraulic Profile • Preliminary Site Plan • Preliminary Layout of the Membrane Building 1.1.2 Treatment System Summary Membrane filtration has been selected for the treatment process, using either pressurized membranes or submerged membranes, with the selection to be made through the membrane procurement evaluation process. The membrane filtration system (MFS) to be supplied by the CONTRACTOR shall consist of, but not be necessarily limited to, the following main components: • Membrane feed/filtrate pumps • Feed water strainers • Membrane filtration units • Backwash/backpulse equipment • Membrane air scour equipment • Clean -in -place (CIP) equipment • Compressed air equipment • All valves internal and external to the manufacturer -provided skids that are required for adequate MFS operation • All piping internal to the manufacturer -provided skids • Water quality sampling equipment and monitoring instrumentation • Associated electrical systems • Associated control 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. (City of Lubbock, Texas ) 01015 i (Lake Alan Henry WTP ) -2- (Membrane 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 four (4) stages, generally described as follows: 1.3.1 Stage I Stage I includes designing the membrane filtration system, providing facility design support to the ENGINEER, reviewing construction bid documents, preparing a CONSTRUCTION CONTRACTOR information package, and attending coordination / review meetings with the ENGINEER and OWNER. CONTRACTOR shall perform Stage I work during the final design and bidding phase for the construction project. Work to be performed in Stage I includes the following items: Design membrane filtration system to be furnished in Stage II. Prepare technical submittals for ENGINEER review and comment, including, as a minimum, the following: CONTRACTOR'S Initial Technical Submittal shall be the Technical Information Submittal provided with the CONTRACTOR's Proposal. Second Technical Submittal. ENGINEER will review the Technical Information Submittal and provide comments to CONTRACTOR after the Stage I Notice to Proceed. CONTRACTOR shall revise the submittal and include the additional information as specified in Section 13030. Final Technical Submittal. Upon receipt of ENGINEEER'S comments, CONTRACTOR shall make revisions to the Second Submittal and resubmit the information to the ENGINEER. Additional submittals may be necessary, at no additional cost to OWNER, if ENGINEER's comments are not fully resolved in the above submittals. Provide design support to the ENGINEER during development of the final design and preparation of construction contract documents, including: Respond to ENGINEER'S questions. Review Construction Bid Documents prepared by ENGINEER at 90 and 100 percent completion levels, and provide written comments. Attend required meetings with ENGINEER/OWNER. Prepare and submit to CONSTRUCTION CONTRACTOR Information Package for use by the general construction bidders that includes the items listed below. CONTRACTOR shall supply 20 copies of the final document. - Process Description - Final scope of supply with equipment data sheets and final valve and instrument device schedules. - Special shipping/handling information/requirements. - Special installation requirements. - Draft startup plan and schedule. - Final Technical Submittal. - Other requirements of Section 13030. -- (City of Lubbock, Texas ) 01015 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) - Description of equipment manufacturer's and CONTRACTOR Field Services. 1.3.2 Stage II Stage II will commence upon award of a general construction contract to the CONSTRUCTION CONTRACTOR. 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 III and IV. In general, work to be performed in Stage II includes the following items: • Furnish, factory test and deliver a complete membrane filtration system that will meet the performance requirements and guarantees specified herein and produce a 15 mgd net capacity of potable water supply. • Prepare and submit shop drawings and product data to ENGINEER. • 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 Assist with startup and testing; perform demonstration testing; and prepare test reports. • Provide instruction and training of OWNER personnel. • Attend required meetings with ENGINEER/OWNER/CONSTRUCTION CONTRACTOR. 1.3.3 Stage III Work to be performed in Stage III consists of support to the OWNER during system performance testing following completion of installation of the MFS and/or Substantial Completion of construction of the Project. During this stage, CONTRACTOR will coordinate directly with the OWNER. 1.3.4 Stage IV Stage IV work will be included as part of these Contract Documents at the discretion of the OWNER. Work to be performed in Stage IV consists of providing long-term operation and maintenance services to the OWNER, as specified in Section 13030. During this stage, CONTRACTOR will coordinate directly with the OWNER. 2. CONSTRUCTION CONTRACT. The OWNER intends to award to a CONSTRUCTION CONTRACTOR a separate contract for the general construction of the Lake Alan Henry WTP. The CONSTRUCTION (City of Lubbock, Texas ) 01015 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) } (161704 ) i_ CONTRACTOR for the construction of the Lake Alan Henry WTP will be responsible for the installation and testing of the MFS equipment and systems furnished by CONTRACTOR (Stage II work). Unloading of the equipment at the site will be performed by the CONSTRUCTION CONTRACTOR. System Performance Testing will be conducted by CONSTRUCTION CONTRACTOR's and OWNER'S personnel. 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 a separate contract outside the scope of these Contract Documents. 4. WORK SEQUENCE AND PRELIMINARY SCHEDULE. 4.1. General Work Sequence. The general work sequence for the Project is summarized as follows: • Complete WTP Design, Construction Bidding Phase and Procurement Stage I. • Award Construction Contract and Commence Procurement Stage II. • Commence WTP Construction: - Manufacture Equipment & Make Deliveries. - Provide Manufacturer's Field Services during installation, startup and testing, and training. - Testing and Start-up of Membrane Filtration System. - Resolution of p unchlist Items. • Project Substantial Completion (Milestone); Complete Procurement Stage II. • Procurement Stage III; System Performance Testing. • Project Final Completion (Milestone). • Procurement Stage IV; Long -Term Operation and Maintenance Services, if selected by Owner. 4.3. Schedule. The tentative milestone schedule is as follows: • Receive and open proposals from MFS vendors: May 7, 2009 • Award contract for MFS procurement: June 11, 2009 • Complete design of Lake Alan Henry WTP and advertise for construction bids: January 2010. • Award Lake Alan Henry WTP construction contract and being construction: February 2010. • Complete Lake Alan Henry WTP facility construction, including installation of MFS: February 2012. • Complete equipment testing and startup: April 2012. x.. (City of Lubbock, Texas ) 01015 (Lake Alan Henry WTP ) -5- -_ (Membrane Procurement Package) (161704 ) • Conduct MFS performance testing: April and May2012. 5. WARRANTY & PERFORMANCE REQUIREMENTS. Warranty and performance requirements are specified in Section 13030, and include the following: • Warranty for membrane modules and equipment supplied. • MFS Performance Guarantee. • Energy Consumption Guarantee. • Replacement Price Guarantee. • Chemical Usage Guarantee. 6. 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 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. 6.1 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. (City of Lubbock, Texas ) 01015 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) { 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. 6.2 Substitutions Schedule. Unless stated differently under the various sections of 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. 6.3 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 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. 6.4 No Costs to OWNER. (City of Lubbock, Texas ) 01015 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) 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. 7. SPECIFICATION DATA SHEETS AND SCHEDULES. Specifications may have data sheets and schedules as part of specific specification sections. Locations for data entries on the data sheets and schedules may be left blank intentionally. The CONTRACTOR shall provide completed data sheets and schedules for equipment it is required to be furnished as part of their Technical Submittal (Stage 1). 8. APLICABLE CODES. References in the Contract Documents to local codes mean: TCEQ's 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. 11. 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 Lake Alan Henry WTP in waterproof packages labeled with the project number, part description, and part numbers. CONTRACTOR shall obtain a written receipt from the CONSTRUCTION CONTRACTOR and OWNER's representative upon delivery as proof of delivery. End of Section (City of Lubbock, Texas ) 01015 ! (Lake Alan Henry WTP ) -8- (Membrane Procurement Package) (161704 ) I k 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 ) (Lake Alan Henry VVTP ) (Membrane Procurement Package) (161704 ) 01070 -1- 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 I-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 (Lake Alan Henry VVTP ) -2- (Membrane Procurement Package) i (161704 ) 1_ 1 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 NIST 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 (Lake Alan Henry VVTP ) -3- (Membrane Procurement Package) (161704 ) No Text SFPA Southern Forest Products Association SI Syst6me 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 (Lake Alan Henry V TP ) -4- (Membrane Procurement Package) (161704 ) 0 Section 01200 PROJECT MEETINGS 1. STAGE I KICKOFF MEETING A project kickoff meeting will be scheduled by the OWNER. Attendees shall include the OWNER, CONTRACTOR, ENGINEER, and other interested parties. The meeting will be held at the OWNER'S office in Lubbock, TX. The agenda for the meeting will include discussion of, but is not necessarily limited to, the following items: • Introductions. • Assignment of work under these Contract Documents to construction contract and required coordination with CONSTRUCTION CONTRACTOR. • Designation of responsible personnel. • Communication among parties. • Progress meeting schedule. • Project schedule. • Review of special project requirements. • Review of regulatory requirements. • Procedures for changes in work. • Procedures for payments. • Submission of shop drawings, product data and samples. • Delivery, storage and handling. • Operation and maintenance manuals. • Training. • Startup and testing. 2. STAGE I DESIGN REVIEW MEETINGS ENGINEER will conduct five (5) design review meetings with OWNER and CONTRACTOR during the Stage I work. Meeting minutes will be taken by the ENGINEER with copies distributed to the OWNER and CONTRACTOR. The review meetings will be held at the ENGINEER'S office in Dallas, TX. Meetings will include: --= (City of Lubbock, Texas ) 01200 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) • Review of Initial Technical Submittal • Review of Second Technical Submittal Review of Final Technical Submittal 90% Design Review • 100% Design Review 3. STAGE II PRE -CONSTRUCTION MEETING After the Notice to Proceed tNTP) for general construction of the Lake Alan Henry WTP project is given, a pre -construction meeting will be scheduled by the CONSTRUCTION CONTRACTOR. CONTRACTOR shall attend the pre - construction meeting. The agenda for the meeting will be set by the OWNER. 4. STAGE II PROGRESS MEETINGS Following the pre -construction conference, the CONSTRUCTION CONTRACTOR will conduct weekly progress meetings during the construction period. CONTRACTOR shall participate by teleconference on an as -requested basis. 5. OTHER MEETINGS CONTRACTOR shall attend other meetings as may be specified in other sections of the General Requirements and technical specifications. End of Section (City of Lubbock, Texas ) 01200 i.....1 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) j (161704 ) i 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 by overnight mail. 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 • Samples • O&M Manuals • Progress Schedule & Updates Five (5) sets of copies Two (2) each As specified in Section 01730 Two (2) copies 1.02. Electronic Files. Electronic files of shop drawings and P&IDs shall be in AutoCad (.dwg format) 2008 (or higher). 1.03. Summaryof Submittals. CONTRACTOR shall submit the following items: Stage I Submittals • Technical Information Submittals and CONSTRUCTION CONTRACTOR Information Packages as specified in Section 01015. • Written comments for review of Construction Contract Documents prepared by ENGINEER at 90 and 100 percent completion levels. • Preliminary electrical one -line diagrams, schematics, and load list. Stage II Submittals • MFS Submittals as specified in Section 13030. (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) 01300 -1- l; i' i; • Preliminary and Final Operation and Maintenance Manuals as specified in Section 01730. -, • Progress schedules and monthly reports as specified in Section 01310. • Delivery schedule(s), packing list(s) and bill of materials as specified in Section 01612. • Recommendations for onsite storage of equipment and materials as specified in Section 01614. • Submittals specified in Section 01620. • Submittals as specified in other sections of the Technical Specifications. • Final electrical one -line diagrams, schematics, load list, and cable schedule. 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 (for Stage 1) or the CONSTRUCTION CONTRACTOR (for Stage II). 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 (City of Lubbock, Texas ) 01300 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) I 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 quantities, dimensions, fabrication details, materials, etc. indicated on the shop s 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 b 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 (NEN): 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. .. (City of Lubbock, Texas ) 01300 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) d. Record Copy (RCS: 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. 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 a re 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. (City of Lubbock, Texas ) 01300 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) The need for more than one resubmittal, or any other delay in obtaining 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. 2.04. Color Selection. If color selection is required for any items included in the MFS scope, CONTRACTOR shall submit samples of colors and finishes for all accepted products before ENGINEER will coordinate the selection of colors and finishes with OWNER. ENGINEER will prepare a schedule of finishes that include the colors and finishes selected for both manufactured products and for surfaces to be field painted or finished and will furnish this schedule to CONTRACTOR within 30 days after the date of acceptance of the last color or finish sample. 2.05. Shop Drawings Schedule. CONTRACTOR shall submit a schedule of the items of materials and equipment for which Shop Drawings are required by the Specifications. For each required Shop Drawing, the date shall be given for intended submission of the drawing to ENGINEER for review and the date required for its return to avoid delay in any activity beyond the scheduled start date. Sufficient time shall be allowed for initial review, correction and resubmission, and final review of all Shop Drawings. In no case will a schedule be acceptable which allows less than 21 days for each review by ENGINEER. End of Section --- (City of Lubbock, Texas ) 01300 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) Section 01310 PROGRESS SCHEDULES 1. PROGRESS SCHEDULE. The CONTRACTOR'S initial progress schedule shall be submitted and discussed at the project kickoff meeting and before Work is started. The schedule shall be a time -scaled bar chart and show the flow of progress from left to right. The progress schedule shall clearly show the sequence of engineering and manufacturing operations, and specifically list: • The start and completion dates of all Work items under Stage I and Stage II. • The dates of all submittals, procurement, manufacturing, shop testing, preparation for shipment, deliveries, and completion of each major equipment and material requirement. • Periods for review of submittals by the OWNER and ENGINEER. • Progress milestones and completion dates for Stage I and II work. The schedule shall be revised as necessary to reflect changes in the progress of the Work. Revised schedules shall be submitted monthly with the Progress Report. 2. PROGRESS REPORTS. A progress report shall be furnished monthly to the OWNER and ENGINEER. F the Work falls behind schedule, CONTRACTOR shall submit additional progress reports at such intervals as the OWNER may request. Each progress report shall include sufficient narrative to describe current and anticipated delaying factors, their effect on the progress schedule, and proposed corrective actions. Any work reported complete, but which is not readily apparent, shall be substantiated with satisfactory evidence. Each progress report shall also include the accepted graphic schedule marked to indicate actual progress. End of Section (City of Lubbock, Texas ) 01310 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) a 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 MFS 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 (other than CONTRACTOR) 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. _.f (City of Lubbock, Texas ) 01610 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package ) (161704 ) I 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 3,156 feet (finished floor elevation of MFS room 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. Unless otherwise specified, motors furnished with equipment shall meet the requirements specified in Section 16220 or specified in 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. (City of Lubbock, Texas ) 01610 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package ) (161704 ) The thermal horsepower k rating of each unit shall equal or exceed the p [ Wj 9 q nameplate horsepower of the drive motor. During continuous operation, the maximum 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. P tY 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. (City of Lubbock, Texas ) 01610 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package ) (161704 ) 10. ANCHOR BOLTS. Equipment manufacturers shall furnish suitable anchor bolts ` for each item of equipment. Anchor bolts, together with templates or 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 be coated with rust -preventive compound as recommended by the equipment manufacturer. (City of Lubbock, Texas ) 01610 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package ) (161704 ) 14 PREPARATION R ENT Equipment prepared r 10 FOR SHIPM quipme t shall be p epa ed 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 Requirements. 17. OBSERVATION OF PERFORMANCE TESTS. Where the Specifications require the presence of ENGINEER, initial tests shall be observed or witnessed by a 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 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package ) t (161704 ) Section 01612 SHIPPING 1. SCOPE. This section covers packaging and shipping of materials and equipment provided under these Contract Documents. Shipment packing and marking instructions shall be as indicated on Figures 1-01612 and 2-01612. 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. a 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 shall be responsible for obtaining all transportation permits including any additional for over -sized equipment. End of Section (City of Lubbock, Texas ) 01612 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) .. J, STYLE 4 STYLE 2 (BANDED) STYLE X STYLE 2 (PALLETIZED) low OPEN CRATE STRAPPING 32 mm SPACED ON 600 mm CTRS. WITH CORNER PLATES. EXPORT SHIPMENT PACKING INSTRUCTIONS BLACK&VEATCH FIG 1-01612 PORT OF SHIPMENT: PORT OF DESTINATION, CONSIGNED TO: (CONTRACTOR) 50 mm COLOR BAND ORDER NO BOX OF GROSS LBS. KG TARE LBS. KG NET LBS. KG (LENGTH)x(WIDTH)x(HEIGHT) CU. FT. CU. m. MADE IN MARKING INSTRUCTIONS BLACK WEATCH FIG 2 - 01612 Section 01614 HANDLING AND STORAGE 1. SCOPE. This section covers delivery, storage, and handling of materials and 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 by 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 items 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 CONSTRUCTION CONTRACTOR and OWNER. Painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of the CONSTRUCTION CONTRACTOR and OWNER. After inspection, all equipment and materials will be stored and protected by the CONSTRUCTION CONTRACTOR 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 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) • Equipment having moving parts, such as gears, bearings, and seals, shall be stored fully lubricated with oil, grease, etc., unless otherwise instructed by the CONTRACTOR. CONTRACTOR's storage instructions shall be carefully followed. When required by the CONTRACTOR, moving parts shall be rotated a minimum of twice a month to ensure proper lubrication and to avoid metal to metal "welding". Upon installation of the equipment, CONSTRUCTION CONTRACTOR shall, at the discretion of ENGINEER, start the equipment at one-half load for an adequate period of time to ensure that the equipment does not deteriorate from lack of use. • When required by the CONTRACTOR, lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into the equipment by installation contractor at the time of acceptance. • Equipment and materials shall not show any pitting, rust, decay, or other deleterious effects of storage when installed. • In addition to the protection specified for prolonged storage, the packaging of spare units and spare parts shall be for export packing and shall be suitable for long-term storage in a damp location. Each spare item shall be packed separately and shall be completely identified on the outside of the container. End of Section (City of Lubbock, Texas ) 01614 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) MANUFACTURER'S REPRESENTATIVE SERVICE REPORT City of Lubbock, TX File No. Lake Alan Henry WTP Project Date: Project No. • This form should be completed and returned by the manufacturers 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. Manufacturers Representative: Comoanv 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 1 INSTRUCTIONS TO MANUFACTURER'S SERVICE REPRESENTATIVES City of Lubbock, TX Lake Alan Henry WTP Project Proiect No. MRSR No. File No. 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 co ntact. 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: Acknowledgment: Received By: Signature Signature Date Date 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 MFS 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 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 Project. ■ 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 Project is capable of continuous operation at all capacities throughout its operating range. ■ WTP Commissioning is the testing and operating of the entire Project to demonstrate the Project can operate safely and continuously over the full range of capacities under all operating modes. 4. SUBMITTALS. In Stage II, 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. ■ Verify that all operation and maintenance instruction manuals for each equipment item and system to be tested have been submitted. (City of Lubbock, Texas ) 01650 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package ) (161704 ) 5. STARTUP AND TESTING RESPONSIBILITIES. 5-1. CONSTRUCTION CONTRACTOR'S Responsibilities. The CONSTRUCTION CONTRACTOR will direct the startup team comprised of experienced startup specialists; manufacturer's field service representatives for the various equipment items as specified, and the project manager, lead field representatives or field superintendent of principal subcontractors, as applicable. All specified tests will be performed by and at the expense of the CONSTRUCTION CONTRACTOR in the presence of the OWNER and ENGINEER. 5-2. CONTRACTOR'S Responsibilities. CONTRACTOR shall support the startup and testing of the MFS equipment and systems as follows: ■ Review installation prior to testing. Installation of the MFS equipment and systems shall be accepted in writing by CONTRACTOR prior to startup and testing. ■ Provide input to the CONSTRUCTION CONTRACTOR for the preparation of the Startup and Commissioning Plan. ■ Attend weekly coordination meetings with the startup team during startup and testing of the MFS. ■ 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 equipment is operating as designed. ■ Operation of MFS equipment during demonstration testing. ■ Prepare a performance test plan. 6. FIELD SERVICE ENGINEERS/TECHNICIANS. The CONTRACTOR shall provide technically qualified field -service engineers or technicians for a period of no less than 48 person -days during the installation, startup, demonstration testing and performance testing of the full-scale membrane filtration system (MFS). 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 48-day time period. The CONSTRUCTION CONTRACTOR shall be responsible for planning, supervising, and executing the installation of the work, and shall plan for using the field -service engineers/technicians' time as follows: a. At least twenty person -days and four trips for supervision of and assistance with equipment installation. (City of Lubbock, Texas ) 01650 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package ) (161704 ) b. At least twenty person -days and four trips for mechanical equipment testing and demonstration testing. c. At least eight person -days and four trips for performance testing. 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 CONSTRUCTION CONTRACTOR or OWNER. Field -service engineers/technicians shall observe, instruct, guide, and direct CONSTRUCTION CONTRACTOR'S erection and installation procedures, and perform installation checks as required herein or as requested by the ENGINEER. Installation of the MFS equipment must be accepted in writing by the CONTRACTOR prior to startup and testing. Startup, demonstration testing, and training for operating and maintaining the MFS shall be completed prior to final acceptance of the membrane system equipment. The CONSTRUCTION CONTRACTOR and CONTRACTOR will be responsible for scheduling and coordinating the startup, testing and training activities with the OWNER's staff and ENGINEER. The general sequence of activities will be as follows: Description Step 1: System Checkout Step 2: Mechanical Equipment Testing Parties Involved CONSTRUCTION CONTRACTOR, CONTRACTOR, and ENGINEER. CONSTRUCTION CONTRACTOR, CONTRACTOR, and ENGINEER. Step 3: General Training, Maintenance CONTRACTOR, Training, Equipment Training, ENGINEER, and OWNER. Control System Training and Operations Training (Section 01660) Step 4: Demonstration Testing CONSTRUCTION CONTRACTOR, CONTRACTOR, and ENGINEER. Step 5: Performance Testing (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package ) (161704 ) 01650 -3- CONTRACTOR and OWNER. 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, and the test results will be delivered to ENGINEER. The ENGINEER reserves the right to be present when the factory testing is being performed. Such equipment will not be shipped until ENGINEER has reviewed the test results and advised the CONTRACTOR, in writing, that the equipment is acceptable for shipment. Such acceptance, however, will not be considered as final acceptance, which will only be made on the basis of the test results of the equipment after installation. 7-3. Field Testing - General. Field testing shall consist of mechanical testing, demonstration testing, and performance testing. The CONSTRUCTION CONTRACTOR will schedule, coordinate, 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 provide technical guidance to assist the CONSTRUCTION CONTRACTOR during 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 CONSTRUCTION CONTRACTOR shall conduct mechanical tests on equipment. The CONTRACTOR shall provide the ENGINEER with a letter certifying that the CONSTRUCTION CONTRACTOR has adequately cleaned/flushed all piping upstream of the membrane skids and 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 CONSTRUCTION CONTRACTOR renders the equipment operational as intended. The CONSTRUCTION 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 (City of Lubbock, Texas ) 01650 �_ (Lake Alan Henry WTP ) -4- (Membrane Procurement Package ) (161704 ) ! ( for operation, and adjusted so all parts move freely and function to secure satisfactory operation. All equipment shall be tested continuously under actual or }j 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 CONSTRUCTION CONTRACTOR in the presence of and to the satisfaction of the ENGINEER. The CONTRACTOR shall provide technical guidance during the Mechanical Testing, as required. Leak testing of all piping systems shall include testing all components at a pressure of at least 1.5 times the working pressure but not less than 50 psi with no loss of pressure for at least 1 hour. If 50 psi 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. 7-4.01. Tank Testing. After completion of installation, the tanks shall be filled with water to the top access manhole opening and allowed to stand full for a period of not less than 48 hours. During testing, flanged connections may be plugged by the installation of temporary blind flanges on the outside of the tank, but shall not be blocked or plugged on the inside. All leaks or indication of leaks shall be repaired by the fabricator and made completely watertight. A leaking tank, upon repair, shall be retested to the satisfaction of the ENGINEER. 7-4.02. Compressor Field Testing. Each compressor will be mechanically checked for proper operation. To confirm proper operation, each compressor will be started and stopped manually and automatically. Each alarm and safety shutdown will be checked by artificially simulating an alarm condition. Defective equipment and controls disclosed by the tests shall be replaced or corrected, and the units placed in satisfactory operating condition. 7-4.03. Membrane Integrity Test. Before starting the MFS demonstration test, all units shall pass a membrane integrity test. Membrane elements or fibers broken during shipping/installation shall be repaired by the CONTRACTOR prior to demonstration testing. The repair location, number of repaired membrane elements or fibers, module serial number, and other observations shall be recorded for each membrane element or fiber repair required. (City of Lubbock, Texas ) 01650 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package ) (161704 ) i i 7-5. System Demonstration Testing. The units shall meet the demonstration requirements, as detailed herein, for an uninterrupted period of 72 hours after installation and prior to performance testing by the OWNER. The equipment shall be operated by CONTRACTOR's personnel during the demonstration test. The CONTRACTOR shall demonstrate all system functions, start, stop, flowrate changes, emergency, etc. The demonstration testing will be utilized to demonstrate proper function of all membrane system components prior to performance testing. After successful completion of the 72 hour uninterrupted period, the CONTRACTOR shall perform a clean -in -place procedure on each train or skid unit All pneumatic or electric - actuated valves, instrumentation devices, and equipment must operate continually throughout the demonstration testing period. If a failure occurs with any equipment, valve, instrumentation or other control device, a one -hour repair/replace period shall be allowed as long as the system is not in shut -down. However, the test shall immediately be stopped and the problem corrected if the system has shutdown, or three or more components have failed. Once the problem is resolved, the test shall restart for another 72-hour period. Demonstration testing will continue until the entire membrane system and its components have operated for a minimum of 72 hours uninterrupted. Demonstration testing shall commence on a Monday or Tuesday. All SCADA coordination issues and trending requirements shall be worked out so that they are tested during this period. 7-6. Performance Testing. The membrane system shall meet the performance test requirements, as described herein, for a period of 6 weeks (42 days). The start of this performance test shall be on a date that is mutually agreed by the OWNER and CONSTRUCTION CONTRACTOR. Representatives of the CONTRACTOR may provide advice during the performance test, but they shall not operate the equipment. The representatives of the CONTRACTOR shall be at the site at the start of the performance test for 2 days (8 hours per day) and shall at a minimum return to the site at least every 2 weeks for follow-up visits throughout the performance testing period. The representative shall be available on call the remainder of the time. The purpose of the performance test shall be to verify the following guaranteed performance requirements, specified in Section 13030, can be met by the membrane system over an extended period: • Net Filtrate Production Capacity • Filtrate Turbidity • Instantaneous Flux Rate • Clean -in -Place Frequency • Maintenance Wash Frequency • Recovery (Productivity) • Chemical Usage • Energy Usage (City of Lubbock, Texas ) 01650 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package ) (161704 ) { J g In addition to the above tests, membrane integrity tests shall be run a minimum of one time per day each unit during the performance testing period. Each unit shall meet the requirements as specified. Upon completion of the performance test, the CONTRACTOR shall submit seven copies of a written report indicating the test conditions and procedures, results, corrective measures taken, retesting results (if necessary), and any other pertinent information. If the membrane system fails to meet the performance requirements as stipulated in the Contract Documents and agreed to in the CONTRACTOR's Proposal, the CONTRACTOR shall satisfactorily remedy the system so as to attain the warranty requirements and Membrane Filtration System Performance Guarantee, as specified in Section 13030. 7-7. Acceptance. When no other tests for acceptance are specified in the equipment sections, at the end of the performance testing, the M FS 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 (Lake Alan Henry WTP ) -7- (Membrane 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 MFS 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 MFS. The CONSTRUCTION CONTRACTOR and OWNER will coordinate the time for the training to be accomplished. 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, prior to Substantial Completion. 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, CONSTRUCTION CONTRACTOR and manufacturers' representatives. The training shall be planned such that it follows a logical sequence that generally includes the following components: ■ Mechanical systems — Overview of system operation by ENGINEER, training by CONTRACTOR and manufacturers' representatives. Electrical Systems - Overview of system operation by ENGINEER, training by CONTRACTOR and manufacturers' representatives. ■ Instrumentation and Controls - Overview of system operation by ENGINEER, training by CONTRACTOR and manufacturers' representatives. The OWNER considers training performed by the manufacturers' representatives a critical element of this project. Failure to submit the required information on schedule or to provide satisfactory training, in the opinion of the OWNER, may result in CONSTRUCTION CONTRACTOR's progress payment retainage until satisfactory lead time and training is provided. This retainage may be passed by the CONSTRUCTION CONTRACTOR onto the CONTRACTOR. 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. (City of Lubbock, Texas ) 01660 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package ) (161704 ) y 5' t 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. CONTRACTOR shall provide training for the equipment and systems specified in the table below. Spec Time Required (Manhours) Section Equipment or System Classroom Hands -On 13030 Membrane Filtration System 40 40 13500 Instrumentation and Control System: • Instrumentation 8 - - • HMI Operator Training 16 24 • Programming (HMI) 24 - - • Programming (PLC) 24 - - Personnel training hours indicated in the above table represent a full hour period of instruction at the OWNER'S facility. Travel and setup time for manufacturers' training representatives are in addition to the personnel training hours indicated. Personnel training days shall be in addition to manufacturer's field services required as indicated in the various sections of the Technical Specifications. 2. TRAINING REQUIREMENTS 2.01. Instruction Schedule. CONTRACTOR shall provide to the CONSTRUCTION CONTRACTOR a tentative training schedule and oDntact person 60 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 experience with training on maintenance and operation of the equipment provided. 2.02. Instruction Lesson Plan. CONTRACTOR'S proposed lesson plan shall include the elements presented in the outline specified herein. Specific components and procedures shall be identified in the proposed 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 (City of Lubbock, Texas ) 01660 (Lake Alan Henry WTP ) -2- --, (Membrane Procurement Package ) (161704 ) l_r , t i instruction shall be described in the lesson plan. The CONTRACTOR shall indicate the estimated duration of each segment of the training lesson plan. Outline of Instruction Lesson Plan — MFS Equipment: ■ Equipment operation: o Describe equipment's operating (process) function. o Describe equipment's fundamental operating principals and dynamics. o Identify equipment's mechanical, electrical, and electronic components and features. o Identify all support equipment associated with the operation of subject equipment (i.e., valve actuators, motors). ■ Detailed component description: o Identify and describe in detail each component's function. o Where applicable, group related components into subsystems. Describe subsystem functions and their interaction with other subsystems. o Identify and describe in detail equipment safeties and control interlocks. • Equipment preventive maintenance: o Describe preventive maintenance inspection procedures required to: ■ Perform an inspection of the equipment in operation. ■ Spot potential trouble symptoms (anticipate breakdowns). ■ Forecast maintenance requirements (predictive maintenance). o Define the recommended preventive maintenance intervals for each component. o Provide lubricant and replacement part recommendations and limitations. o Describe appropriate cleaning practices and recommended intervals. ■ Equipment troubleshooting: o Define recommended systematic troubleshooting procedures. o Provide component -specific troubleshooting checklists. o Describe applicable equipment testing and diagnostic procedures to facilitate troubleshooting. ■ Equipment corrective maintenance: o Describe recommended equipment preparation requirements. (City of Lubbock, Texas ) 01660 (Lake Alan Henry WfP ) -3- (Membrane Procurement Package ) (161704 ) o Identify and describe the use of any special tools required for maintenance of the equipment. o Describe component removal/installation and disassembly/assembly procedures. o Describe recommended measuring instruments and procedures and provide instruction on interpreting alignment measurements, as appropriate. o Define recommended torquing, mounting, calibration, and/or alignment procedures and settings, as appropriate. o Describe recommended procedures to check/test equipment following a corrective repair. Outline of Instruction Lesson Plan — Instrumentation Calibration, maintenance, troubleshooting, and repair of instrument devices and any hand-held or computer -based calibration devices and their associated software. Outline of Instruction Lesson Plan — HMI Operator Training ■ Power -up, "bootstrapping", and shutdown of all hardware devices. ■ Logging on and off the system and the use of passwords. ■ Access and interpretation of standard displays and diagnostics. ■ Use and care of operator workstations, servers, video displays, printers, and other control room hardware, including replenishment of supplies and replacement of ribbons and ink cartridges. ■ Moving from screen to screen within the graphic display environment. ■ Interpretation of preconfigured group and detailed point or database displays. ■ Response to and acknowledgment of alarms. ■ Adjustment of control set points and alarm limits. ■ Configuration and printing of shift and other reports by schedule or on demand. ■ Control of field equipment and devices connected to the system. ■ Manual entries to database points. ■ Generation of current (real-time) and historical custom and predefined reports and trend displays. ■ Appropriate responses to software and hardware errors. ■ Enabling and disabling individual inputs and outputs. (City of Lubbock, Texas ) 01660 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package ) (161704 ) 1 Outline of Instruction Lesson Plan — Programming HMI Software. Programming tasks shall include addition or modification to the system database; modification or creation of graphic and tabular display and report formats; and creation and modification of historical archiving groups and data reduction algorithms. ■ Loading of any supplied software into the system. ■ Use of basic operating system commands for file management, system startup, and creation and editing of batch files. ■ Creation and editing of database. ■ Configuration of printed report formats. ■ Creation and editing of tabular and graphic HMI interface display screens. ■ Diagnostic routines. ■ Creation and modification of control algorithms. ■ Addition of new 1/0 points and new RTUs, PLCs or DCUs to the system. ■ Historical record retrieval, data reduction, archiving, and disk housekeeping. ■ System backup procedures and reloading from backup. Programmer Training (PLC Software). • File management and backup procedures. ■ Documentation printing options. ■ Entering 1/0 and database points. ■ Logic function programming. ■ PID loop programming and tuning. ■ Error recovery and interpretation of errors. ■ Communication protocol setup and diagnostics. 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: (City of Lubbock, Texas ) 01660 (Lake Alan Henry VVTP ) -5- (Membrane Procurement Package ) (161704 ) i 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 (Lake Alan Henry WTP ) -6- (Membrane 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 to verify compliance with the project documentation standards. P 1 k. The HMI configuration in electronic format and printed format to verify ('I compliance with the project documentation and configuration standards. 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 CONSTRUCTION CONTRACTOR within ten (10) calendar days (City of Lubbock, Texas ) 01730 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) {{ i_ l k, from the date of shipment of each type of equipment. Preliminary copies shall be in hardcopy format. After review by OWNER and ENGINEER, four (4) final hardcopies and four (4) electronic copies of operation and maintenance manuals shall be delivered to the CONSTRUCTION CONTRACTOR not later than 30 days prior to placing the equipment in operation. 1.01. Hardcopy Operation and Maintenance Manuals. Hardcopies for preliminary and final 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 are 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. (City of Lubbock, Texas ) 01730 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package ) (161704 ) 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. 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" "Membrane Filtration System" Specification Section Number. Example: "Section 13030" Project Name. "Lake Alan Henry WTP Project" of Lubbock Contract Number. "XXXXXXX' File Name and Date. Example: "13030_01.pdf', "01-30-10" End of Section (City of Lubbock, Texas ) 01730 (Lake Alan Henry WTP ) -3- a (Membrane Procurement Package ) (161704 ) s' a; I Section 05530 GRATING PART 1 - GENERAL 1-1. SCOPE. This section covers the fabrication and furnishing of stainless steel grating for walkways and platforms to be installed on the submerged membrane cells as required for access and maintenance of membrane modules and skids. All grating and supports located within a membrane cell shall be stainless steel. 1-2. GENERAL. 1-3. SUBMITTALS. Detailed fabrication and erection drawings covering the grating shall be submitted in accordance with the submittals sections. Drawings shall indicate locations of grating supports, profiles, thicknesses, lengths, markings of panels, and fastening methods. 1-4. DELIVERY STORAGE AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent bends, dents, scratches, or damage of any kind. Damaged materials shall be promptly replaced. Materials shall be stored off the ground. PART2-PRODUCTS 2-1. PERFORMANCE AND DESIGN REQUIREMENTS. 2-1.01. Design Criteria. Except as modified herein, the manufacture and fabrication of metal grating shall comply with recommendations in the "Metal Bar Grating Manual' of the National Association of Architectural Metal Manufacturers (NAAMM). Grating depth shall be as indicated on the drawings. 2-1.02. Stainless Steel Grating. Stainless steel grating shall be the pressure locked type. Bearing bars shall be at least 3/16 inch thick with center -to -center spacing of 1-3/16 inch. Grating shall be a mill finish. 2-2. MATERIALS. Stainless Steel Grating NAAMM MBG 531 ASTM A167, Type 316 or 316L alloy, rectangular, pressure locked; mill finish. (City of Lubbock, Texas ) 05530 (Lake Alan Henry WTP ) -1- -, (Membrane Procurement Package) (161704 ) Grating Fasteners Clips, Bolts, Nuts, Washers Welded Threaded Steel Studs Stepped Locking Fasteners Manufacturer's standard, AISI Type 316 stainless steel. Manufacturer's standard, AISI Type 316 stainless steel. ASTM A108 fully threaded studs automatically welded with compatible nuts and washers; TRW Nelson Type CFL or acceptable equal. Non -penetrating, non -welded mechanical fasteners, with stainless steel clips and bolts, galvanized cast iron body; Lindapter "Grate -Fast" or Grating Specialty Co. "G-Clip". 2-3. FABRICATION. Grating shall be fabricated in panels that can be easily handled by plant personnel. Unless otherwise indicated on the drawings, the weight of individual panels shall not exceed 150 pounds. Panels shall be within ±1/4 inch of authorized length and ±1/4 inch of authorized width, and shall have a maximum difference in length of opposite diagonals of 1/4 inch. The spacing of bearing bars shall be within 1/32 inch of authorized spacing. Cross bars and edge bars of adjacent panels shall align. After installation, there shall be not more than 1/4 inch clearance between panels. All bearing bars shall be parallel. Bands and toeplates shall align within 1/8 inch tolerance, vertical and horizontal. Grating panels shall be arranged so that openings are centered on a joint between panels. Toeplates extending the full depth of the grating and 4 inches above the top sha II be provided around openings. Toeplates shall be welded to each bearing bar. The ends of bearing bars need not be banded unless required by the drawings. Bands shall be welded to the first, the last, and every fourth intermediate bar. Bands and toeplates shall be 3/16 inch thick. Crossbars shall be cut off flush with the outside face of side bars. 2-4. SHOP COATING. Not Used. PART 3 - EXECUTION 3-1. GENERAL. All materials shall be erected in compliance with OSHA 29 CFR Subpart R, and in compliance with all other applicable OSHA and local safety regulations. (City of Lubbock, Texas ) 05530 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) W All grating shall lie flat, with no tendency to rock when installed. Poorly fitting or damaged grating shall be rejected. Grating openings may be field cut with the o approval of ENGINEER, provided that no more than four adjacent bearing bars are cut. If the grating is cut or modified in the field, affected surfaces shall be repaired or sealed to assure restoration of the corrosion resistance of the grating. Field cut openings must be spaced so that there are at least as many continuous bars between each opening as there are cut bars at the opening. 3-2. ATTACHMENTS TO SUPPORTING STRUCTURE. All grating supported on steel, aluminum, or fiberglass structures shall be attached. Grating shall be attached to the supporting structure in accordance with the grating manufacturer's recommendations and submittals. Single span grating over flumes, manholes, pits, or other openings in concrete floors may rest unattached in recesses constructed for that purpose. To preclude excessive accumulation of tolerances, an extra -long panel shall be provided for each unanchored grating cover that exceeds 20 feet in length. The panel shall be cut to the required dimension after the remainder of the grating panels have been installed. 3-2.01. Prime Painted Steel Supports. Not used. 3-2.02. Stainless Steel Supports. Unless indicated otherwise by equipment manufacturer, clip or flange block fasteners or stepped locking fasteners shall be used to attach grating to stainless steel supports. Fasteners shall be secured to the supporting structure with stainless steel through bolts in drilled holes. Welded fasteners shall not be used. 3-3. FINISH TOUCHUP. Not used. End of Section . (City of Lubbock, Texas ) 05530 (Lake Alan Henry WTP ) -3- - (Membrane Procurement Package) (161704 ) Section 05550 ANCHORAGE IN CONCRETE AND MASONRY PART 1 - GENERAL 1-1. SCOPE. This section covers the procurement of anchors in concrete and masonry for equipment applications. It includes cast -in -place anchor bolts, adhesive and chemically grouted anchors, expansion anchors, and epoxy grouted anchor bolts and reinforcing steel 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 for installation by the CONSTRUCTION CONTRACTOR. 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 specified, all anchors and anchor bolts shall be cast -in -place anchor bolts with forged heads or embedded nuts and washers. 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 Q 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. Cast -In -Place and Epoxy Grouted Anchor Bolts Submerged Locations Stainless Steel Locations Subject to Splashing Stainless Steel Anchorage of Structural Steel Columns Galvanized Steel Other Exterior Locations Galvanized Steel Other Interior Locations Carbon Steel Threaded Rod, Adhesive, Expansion, and Undercut Anchors Submerged Locations Stainless Steel Locations Subject to Splashing Stainless Steel Anchorage of Structural Steel Columns Galvanized Steel Other Exterior Locations Stainless Steel Other Interior Locations Carbon Steel Adhesive anchors and expansion anchors may be used instead of cast -in -place anchors where accepted by ENGINEER. (City of Lubbock, Texas ) 05550 L J (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) _ } 1-3. SUBMITTALS. In Stage II, 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 g current product report on file with the International Code Council (ICC). In Stage II of the Project, Shop Drawings and engineering data for all anchorage items furnished by the CONTRACTOR shall be submitted in accordance with the Submitta Is 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. PART 2-PRODUCTS 2-1. MATERIALS. Materials shall be as indicated below. Expansion Anchors Reinforcing Bars Reinforcing Bars, weldable Anchor Bolts and Nuts Carbon Steel Stainless Steel Galvanized Steel Flat Washers Threaded Rod Anchors and Nuts Carbon Steel Stainless Steel Galvanized Steel _ (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) Hilti "Kwik-Bolt II"; ITW Ramset/Red Head "Trubolt Wedge Anchor"; Powers Rawl "Rawl -Stud Anchor". ASTM A615, Grade 60, deformed. ASTM A706, Grade 60, deformed. ASTM A307 or ASTM A36, with compatible nuts. Bolts, ASTM F593, Alloy Group 1 or 2; nuts, ASTM F594, Alloy Group 1 or 2. Carbon steel bolts and nuts; hot -dip galvanized, ASTM A153 and A385. ANSI B18.22.1; of the same material as anchor bolts and nuts. ASTM A36, with compatible nuts. Rods, ASTM F593, Alloy Group 1 or 2; nuts, ASTM F594, Alloy Group 1 or 2. Carbon steel rods and nuts; hot -dip 05550 -2- 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 Water Adhesive and Chemically Grouted Anchors for Hollow Masonry System Threaded Rod Anchors and Nuts Adhesive Screen Tubes galvanized, ASTM A153 and A385. 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. Clean and free from deleterious substances. As specified for Threaded Rod Anchors and Nuts. Hilti "HIT HY 20" System; ITW Ramset/Redhead "Epcon Ceramic 6" System; or Power Rawl "Power Fast Epoxy Injection Gel' System. As recommended by the manufacturer. (City of Lubbock, Texas ) 05550 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) �1 2-2. ANCHORS. 2-2.01. Cast -in -Place Anchor Bolts. Cast -in -place anchor bolts shall be delivered in time to permit setting before the structural concrete is placed. Anchor bolts shall be provided with sufficient threads to permit a nut to be installed on the concrete side of the concrete form or the supporting template. Two nuts, a jam nut, and a washer shall be furnished for cast -in -place anchor bolts indicated on the drawings to have locknuts; two nuts and a washer shall be furnished for cast -in -place anchor bolts without locknuts. 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 J 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 a nchor bolts not indicated to be adhesive or chemically grouted anchors shall consist of a two -component liquid epoxy 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 - Not Used. End of Section (City of Lubbock, Texas ) 05550 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) Section 05990 STRUCTURAL AND MISCELLANEOUS METALS PART 1 - GENERAL 1-1. SCOPE. This section covers the fabrication and furnishing of structural and miscellaneous metal items not covered in other sections, which will be provided as part of the MFS. Except as otherwise specified or indicated on the drawings, all work shall conform to the applicable provisions of the AISC "Manual of Steel Construction - Allowable Stress Design", Parts 1, 2, 3, and 4, the AISC "Specification for Structural Steel Buildings" and the Aluminum Association "Specifications for Aluminum Structures". Both inch -pound (English) and SI (metric) units of measurement are specified herein; the values expressed in inch -pound units shall govern. 1-2. SUBMITTALS. Complete data, fabrication drawings, and setting or erection drawings covering all structural and miscellaneous metal items shall be submitted in accordance with the Submittals section. All bolted connections and welds shall be properly identified on the shop drawings. Welding procedures, welding procedure qualification records and welder qualifications shall be submitted. Submittals for high strength bolts, tension control bolts, and load indicator washers shall include statements from the bolt and washer manufacturers certifying satisfactory compliance with the governing standards and the specified tests. 1-3. DELIVERY STORAGE AND HANDLING. Materials shall be handled, transported, and delivered in a manner which will prevent bends, dents, significant coating damage, or corrosion. Damaged materials shall be promptly replaced. Structural and miscellaneous metal work shall be stored on blocking so that no metal touches the ground and water cannot collect thereon. The material shall be protected against bending under its own weight or superimposed loads. Bolting materials shall be stored indoors. Weld rod shall be stored in accordance with the supplier's instructions and AWS D1.1. (City of Lubbock, Texas ) 05990_...; (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) 1-4. PLANT CERTIFICATION. All fabricating plants providing structural steel shall be category STD certified in accordance with the AISC Quality Certification Program. PART 2 - PRODUCTS 2-1. GENERAL. All structural steel shall be detailed and fabricated to facilitate compliance with OSHA 29 CFR Part 1926 subpart R and all other pertinent OSHA and local safety regulations. All field connection materials shall be furnished. 2-2. MATERIALS. Steel Shapes (W, WT) Shapes (S, M, HP, C) Other Shapes (angles) Plates and Bars Sheets Pipe Square and Rectangular Structural Tubing ASTM A992 ASTM A36 or ASTM A572 Grade 50 ASTM A36 ASTM A36 ASTM A1008 CS Type B or A1011 CS Type B ASTM A53, Type E or S, Grade B; ASTM A500, Grade B or C; or ASTM A501 ASTM A500, Grade B or C Checkered Plate ASTM A786, carbon steel, skid resistant pattern as standard with the manufacturer; Inland 'A -way Floor Plate" or U.S. Steel "Multigrip Floor Plate" Bolts and Nuts Bolts, High Strength Bolts, Tension Control Type (Twist off) Bolts, unfinished Nuts, Heavy -Hex (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) ASTM A325, Type 1; tested in accordance with Article 9.2 thereof ASTM F1852. Equivalent to ASTM A325 ASTM A307 ASTM A563, grade and finish compatible with bolts 05990 -2- Nuts, Self -Locking Prevailing torque type; IFI-100, Grade A Washers Flat, Hardened ASTM F436, Type 1 Lock ANSVASME B18.21.1, helical spring type Beveled ASTM F436 Load Indicator ASTM F959, compressible -washer -type direct tension indicator; type compatible with bolts tested in accordance with Article 10.2 of ASTM F959 Threaded Rods ASTM A36 Forged Steel Clevises and AISI C-1035 Turnbuckles Forged Steel Eyebolts and AISI C-1030, ANSI B 18.15 Type 2 Eyenuts shoulder pattern unless otherwise required Forged Steel Sleeve Nuts AISI C-1018, Grade 2 Stainless Steel Shapes ASTM A276, Type 316L Plates ASTM A240, Type 316L Pipe ASTM A312, Grade TP316L Tube ASTM A269, Grade TP316L Checkered Plate ASTM A793, stainless steel, raised pattern A Bolts ASTM F593, Alloy Group 1 or 2 Nuts ASTM F594, Alloy Group 1 or 2 Washers Flat ANSVASME 1318.22.1, Type 316 Lock ANSUASME B18.21.1, helical spring type, Type 316 Cast Iron ASTM A48, Class 35B or better (City of Lubbock, Texas ) 05990 L_3 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) Aluminum Sheet and Plate ASTM B209, Alloy 6061-T6 Rolled Sections ASTM B308, Alloy 6061-T6. All members shall be Aluminum Association standard shapes Rod and Bar (Rolled or ASTM B211, Alloy 6061-T6 or 2017-T4 Drawn) Extrusions ASTM B221, Alloy 6063-T5 or T6 Pipe ASTM B429, Alloy 6061-T6 Rivets ASTM B316, Alloy 6061-T6 Bolts, Aluminum ASTM F468, Alloy 2024-T4 Nuts, Aluminum ASTM F467, Alloy 6061-T6 Washers, Aluminum Flat ANSUASME B18.22.1, Type 6061 T-6 Lock ANSUASME B18.21.1, helical spring type, Type 6061-T6 Castings ASTM B26 or B85 Checkered Plate ASTM B632, Type 6061-T6 Brass or Bronze Plate and Strip ASTM B36 Casting ASTM B61 or B584 Bolts and Nuts IFI-104, Grade 462 or 464 Washers Flat ANSUASME B18.22.1 Lock ANSUASME B18.21.1, helical spring type Silicon Bronze Sheet and Plate ASTM B96, American Brass "Everdur 10101, Castings ASTM B584, American Brass "Everdur 10001, Bolts and Nuts IFI-104, Grade 655 Washers (City of Lubbock, Texas ) 05990 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) Flat Lock Weld Metal (Steel Connections) Welded Headed Studs, Concrete Anchors, and Shear Connectors Deformed Bar Anchors (DBA) Rails Crane Body Solder Shop Coatings Universal Primer Epoxy Enamel Galvanizing ANSI B18.22.1 ANSI/ASME B18.21.1, helical spring type ANSI/AWS D1.1, Table 3.1, filler metal with minimum 70 ksi [482 MPa] tensile strength unless otherwise required ASTM Al 08 with a minimum 50,000 psi [344 MPa] yield strength and minimum 60,000 psi [413 MPa] tensile strength. TRW/Nelson or equal ASTM A496 with a minimum 70,000 psi [482 MPa] yield strength and minimum 80,000 psi [551 MPa] tensile strength. TRW/Nelson division or equal ASTM Al Flux -core wire, ASTM B32, Alloy Grade 20B As indicated in protective coatings section As indicated in protective coatings section ASTM Al23, Al53, A385 2-3. SHOP COATING. All structural and miscellaneous metal items shall be shop coated as specified herein. The requirements for field painting are covered in the specifications. (City of Lubbock, Texas ) 05990 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) 2-3.01. Cleaning. Surfaces shall be dry, of proper temperature, and shall be free of grease, oil, dirt, dust, grit, rust, loose mill scale, weld flux, slag, weld spatter, and other objectionable substances when coated. Articles to be galvanized shall be pickled before galvanizing. All other ferrous metal surfaces shall be cleaned by solvent, high-speed power wire brushing, or by blasting to the extent recommended by the paint manufacturer. 2-3.02. Edge Grinding. Sharp projections of cut or sheared edges of ferrous metals which will be submerged in operation, except for items specified to be hot - dip galvanized, shall be ground to a radius as needed to ensure satisfactory paint adherence. 2-3.03. Prime Painted Steel. Unless otherwise specified or indicated on the drawings, all ungalvanized structural and miscellaneous steel shall be given a universal prime coat in the shop after fabrication. The dry film thickness of the universal primer shall be at least five (5) mils [125 pm]. Steel surfaces shall be prime -coated as soon as practicable after cleaning. Steel shall not be moved or handled until the shop coat is dry and hard. 2-3.04. Galvanizinq . Steel materials required to be galvanized are indicated on the drawings. All galvanizing shall be done by the hot -dip process after fabrication. An approved zinc -rich paint shall be used to touch up minor coating damage. Materials with significant coating damage shall be regalvanized or replaced. Where galvanized bolts are indicated on the drawings or specified, the use of zinc -plated bolts will not be acceptable. 2-3.05. Stainless Steel. Unless otherwise specified, all items fabricated from stainless steel shall be thoroughly cleaned and degreased after fabrication. Pickling or a light blast cleaning shall produce a modest etch and remove all embedded iron and heat tint. Surfaces shall be subjected to a 24 hour water test, or a ferroxyl test to detect the presence of residual embedded iron, and shall be retreated as needed to remove all traces of iron contamination. Surfaces shall be adequately protected during shipping and handling to prevent contact with iron or steel objects or surfaces. 2-3.06. Aluminum. All surfaces of aluminum which will be in contact with concrete, mortar, or dissimilar metals shall be given a coat of epoxy enamel. 2-3.07. Castings. Shop coating of miscellaneous iron castings will not be required. 2-3.08. Other Surfaces. Painting of zinc coated steel or bronze surfaces will not be required. f. (City of Lubbock, Texas ) 05990 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) PART 3 - EXECUTION 3-1. STRUCTURAL STEEL CONNECTIONS. Unless otherwise indicated on the drawings, bolted connections for structural steel, as defined in the AISC manual, shall be made with ASTM A325 high strength bolts conforming to the "Specification for Structural Joints Using ASTM A325 or A490 Bolts" as approved by the Research Council on Structural Connections. The method of installation, pretensioning procedures, bolting equipment and tools shall likewise conform to the above referenced standard. Except as otherwise indicated on the drawings or specified herein, bolted connections shall be bearing type with threads excluded from the shear plane. Slip critical connections shall be used in diagonal bracing connections, where slip critical connections are indicated on the drawings, and where oversize holes or slotted holes parallel to the direction of the load are used. Bolts in all structural steel connections, both bearing and slip critical, shall be fully pretensioned in accordance with the AISC standards unless specifically noted otherwise on the drawings. The turn -of -the -nut method or load -indicator washers shall be used to verify pretensioning of bolts in bearing type connections. When using turn -of -the -nut method the bolt, nut, and material shall be match marked. A wax lumber marker or paint shall be used to clearly mark the assembly. The calibrated wrench method of pretensioning bolts will not be permitted. Load indicator washers shall be used to verify pretensioning of bolts in slip critical connections. Load indicator washers shall be installed in accordance with the manufacturer's recommendations, as supplemented herein. To facilitate proper tightening of fastener assemblies with load indicator washers, a hardened flat washer shall be installed under the turned element (bolt head or nut) and between the turned element and the load indicator washer protrusions, in all cases. Whenever possible, the load indicator washer shall be installed on the head end of the bolt. If the bolt head will not be visible for inspection of the indicator washer after installation, or if the bolt head must be turned to tighten the assembly, the load indicator washer may be installed on the nut end of the bolt. Tightening of each connection assembly shall progress systematically from the most rigid part of the joint toward the free edges until all have been sufficiently rotated or the load indicator washers on all bolts have been closed to the average gap stipulated by the load indicator washer manufacturer. If approved by the ENGINEER, patented tension control type (twist -of) bolts may be used in bolted connections. Bolts shall be of equivalent size and strength to the indicated high strength bolts, and shall be installed in strict accordance with the manufacturer's instructions. (City of Lubbock, Texas ) 05990_ (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) t I Bolt holes shall have a diameter nominally 1/16 inch [1.5 mm] larger than the nominal bolt diameter. Bolt holes for one ply of vertical diagonal bracing connections may be oversized to a diameter nominally 3/16 inch [5 mm] larger than the nominal bolt diameter. If oversized holes are provided in an outer ply, a hardened flat washer shall be installed over each hole during bolting. Load indicator washers shall not be substituted for hardened flat washers required for oversized holes. Contact surfaces of slip critical connections shall not be shop coated. Contact surfaces of bearing type connections may be shop coated. When assembled, all joint surfaces, including those adjacent to the bolt heads, nuts, or washers, shall be free of loose mill scale, dirt, burrs, oil, and other foreign material that would prevent solid seating of the parts. Beveled washers shall be used when the bearing faces of bolted parts have a slope of 1:20 or greater with respect to a plane perpendicular to the bolt axis. Bolt length shall be increased as needed to accommodate the beveled washers. Bolts, nuts, and washers shall be galvanized when connected materials are galvanized or where indicated on the drawings. 3-2. MISCELLANEOUS STEEL CONNECTIONS. Connections for miscellaneous steel fabrications not included in the AISC definition of structural steel may be made with unfinished bolts unless indicated otherwise on the drawings. Unless otherwise indicated on the drawings all unfinished bolts shall be snug tight. 3-3. STRUCTURAL AND MISCELLANEOUS STEEL WELDING. Welding and related operations shall conform to applicable provisions of the Structural Welding Code - Steel, AWS D1.1, of the American Welding Society. All welding shall be performed in accordance with written procedures, using only those joint details which have prequalified status when performed in accordance with AWS D1.1. All welding shall be performed by welders qualified in accordance with the American Welding Society for steel welding and American Society for Mechanical Engineers Section IX for stainless steel welding. All welds shall be visually inspected in accordance with AWS procedures. Welds shall be sized to develop the full strength of the least strength component of the connection. Where structural or miscellaneous steel connections are welded, all butt and miter welds shall be continuous and, where exposed to view, shall be ground smooth. Intermittent welds shall have an effective length of at least two (City of Lubbock, Texas ) 05990 (Lake Alan Henry WTP ) -8- (Membrane Procurement Package) (161704 ) .i (2) inches [50 mm] and shall be spaced not more than six (6) inches [150 mm] apart. t Surfaces to be welded and surfaces within two (2) inches [50 mm] of a weld shall be free from loose or thick scale, slag, rust, moisture, grease, paint and other foreign materials that would prevent proper welding or release objectionable fumes. Only shielded metal arc, gas metal arc, flux cored arc, submerged arc, and gas tungsten arc welding are permitted. For flux cored arc welding, only E70xx one (1) or five (5) wire electrodes with supplemental gas shielding shall be permitted. Use of electroslag or electrogas welding processes, or the short-circuiting transfer mode of the gas metal arc process will not be acceptable. Field welded connections shall not be substituted for field bolted connections indicated on the drawings. Deformed bar anchors, headed studs, concrete anchors and shear connectors shall be welded with an automatic stud welding gun per the manufacturer's recommendation. Hand welding will not be acceptable. 3-4. STRUCTURAL AND MISCELLANEOUS ALUMINUM. Unless otherwise noted, all work shall conform to applicable provisions of the Aluminum Association "Standard for Aluminum Structures". 3-4.01. Connections. Connections not specifically detailed on the drawings shall develop the full strength of the least strength member of the connections. Bolted connections shall be all -bolted bearing type, equipped with a helical spring lock washer under the stationary element (bolt head or nut) and a flat washer under the turned element. All bolts shall be fully tightened. Bolts and nuts for structural aluminum connections shall be stainless steel. Bolts and nuts for nonstructural miscellaneous aluminum assemblies shall be stainless steel or aluminum. A sufficient number of bolts shall be provided in each connection to develop the shear strength of the member. Welded connections shall be made in accordance with the American Welding Society D1.2, Structural Welding Code - Aluminum. All welding shall be performed by welders qualified in accordance with American Welding Society. Welds shall be free of porosity, cracks, holes, and flux. Welded connections shall not be substituted for bolted connections without prior approval of ENGINEER. End of Section (City of Lubbock, Texas ) 05990 (Lake Alan Henry WTP ) -9- (Membrane Procurement Package) (161704 ) Section 11115 HORIZONTAL END SUCTION CENTRIFUGAL PUMPS PART 1 - GENERAL 1-1. SCOPE. This section covers the design, furnishing, and testing of single -stage, horizontal end suction centrifugal pumping units as part of the Membrane Filtration System (MFS) specified in Section 13030. These pumps are suitable for use as filtrate or feed, CIP recirculation, neutralization recirculation, and backwash or backpulse pumps. Pump designation. To be assigned Number of pumps. For feed (in pressurized systems): CONTRACTOR to select the number of feed pumps so that at least one (1) backup or standby pump and drive is provided. The number of feed pumps shall be such that these pumps have sufficient turndown to deliver the minimum specified flow without affecting the pumps' performance. For filtrate (in submerged systems): 1 Duty at each Membrane Tank. For CIP recirculation, neutralization, and backwash or backpulse: 1 Duty + 1 Standby at each required service. Pump tag numbers. To be assigned Pump location. Inside the membrane building at a location to be determined by the CONTRACTOR and coordinated with the ENGINEER. Each pumping unit shall be furnished complete with a pump, electric motor, adjustable frequency drive, 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. (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) 11115 -1- I 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. 1-2.02. Tagging. Each item of equipment and each part shipped separately shall be tagged and identified Wth 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 indicated on the CONTRACTOR -submitted drawings 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. Rotative speed. Size of suction nozzle. Size of discharge nozzle. Net weight of pump only. (City of Lubbock, Texas ) 11115 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) 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. Motors As specified in Section 16220. Adjustable Frequency Drives As specified in Section 16150. 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. 1-8. SPARE PARTS. The following spare parts and accessories shall be furnished in substantial wooden boxes with identifying labels and delivered to the project site, as follows: f_ (City of Lubbock, Texas ) 11115 (Lake Alan Henry V TP ) -3- (Membrane Procurement Package) (161704 ) Spare Parts Quantity Mechanical seals 2 Casing wearing rings 2 Impeller wearing rings 2 Sets of bearings 2 Sets of bearing seals 2 Furnish the quantity of spare parts indicated above for each pumping system supplied; filtrate or feed, CIP recirculation, neutralization recirculation, and backwash or backpulse pumps. PART 2 - PRODUCTS 2-1. SERVICE CONDITIONS. The pumping units shall be suitable for their intended service as part of the furnished MFS and service conditions described in Section 13030. The pumping units shall also be suitable for the following service conditions: Seismic zone. Type of environmental exposure. Site elevation. Site Class D Seismic Design Category A Indoor 3,156 ft 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 MFS performance requirements specified in Section 13030. 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. (City of Lubbock, Texas ) 11115 (Lake Alan Henry VVTP ) -4- (Membrane Procurement Package) (161704 ) f-" 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 ITT Goulds, Sulzer, Durco, Flowserve, Grundfos (CIP/neutralization), or Peerless (feed/backbash). 2-4. MATERIALS. Each pump shall be constructed of the following materials: Pump Service Pump Casing Pump Impeller Filtrate / Feed Cast Iron, ASTM A48 Cast Iron, ASTM A48 CIP Recirculation 316 SS 316 SS Neutralization Mixing Discharge 316 SS 316 SS Drain Recirculation Cast Iron, ASTM A48 Cast Iron, ASTM A48 Backwash Supply Cast Iron, ASTM A48 Cast Iron, ASTM A48 Frame Casing Wearing Ring Impeller Wearing Ring Shaft Stuffing Box Hardware Mechanical Seal (single) Shaft Sleeve sea[) Flexible Coupling (w/mechanical (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) Cast iron, ASTM A48. Martensitic stainless steel, Brinell 400+ or Bronze, ASTM B584. Martensitic stainless steel, Brinell 300 to 350 or Bronze, ASTM B584. Carbon steel, AISI 1045. Corrosion -resistant metal. Durametallic "Type RO" or John Crane "Type 1"or "Type 21". Stainless steel, AISI 316. Resilient type; Falk "Steelflex" or Woods "Sure -Flex". 11115 -5- Bearings Baseplate 2-5. PUMP CONSTRUCTION. Antifriction. Cast iron or fabricated steel. 2-5.01. Casing Assembly. The casing assembly and drive connection shall permit the removal of the rotating element without disconnecting the piping. 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. Pipe -tapped openings shall be provided for draining, priming, and venting the casing, except where Ni-hard or high -chrome cast iron casings are specified. Cast iron casings shall be provided with plugged gauge cock connections on the suction and discharge nozzles. 2-5.02. Impeller. The impeller shall be a one-piece casting. The impeller shall be completely machined on all exterior surfaces, except when high chrome alloy material is specified. The interior water passages shall have uniform sections and smooth surfaces and shall be free from cracks and porosity. The impeller shall be securely locked to the shaft so that it will not be loosened by reverse rotation, but shall be easily removable. When an enclosed non -clog impeller is provided, it shall be locked to the shaft with a self locking or pinned non -clog type fastener. When a recessed impeller is provided, it shall be mounted oompletely out of the flow path. 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. Wearing Rings. Renewable wearing rings shall be provided in the casing and on the impeller. The rings shall be positively locked in place. (City of Lubbock, Texas ) 11115 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) Flo 2-5.05. Stuffing Box. The stuffing box for each pumping unit shall contain a single mechanical seal. Each mechanical seal shall be provided with a flushing r water line from the pump discharge to the stuffing box. 2-5.06. Seal Water Station. Not used. 2-5.07. Frame Assembly. The frame assembly shall rigidly support the rotating element with two bearings. The outboard bearing shall carry both axial and radial pump loads. If wearing clearance is axial, the assembly design shall permit axial adjustment of the rotor without dismantling the pump. Bearing enclosures shall keep out contaminants and retain the lubricant and shall have adequate provisions for adding and draining lubricant. The frame shall provide ample clearance for stuffing box maintenance. 2-5.08. Bearings. Bearings shall be either oil or grease lubricated, antifriction type. Bearings shall have an AFBMA L10 Life Rating of 40,000 hours at specified operating conditions. The pump shaft speed shall not exceed the limits specified by the bearing manufacturer. 2-5.09. Equipment Bases. Baseplates for pumps of at least 60 hp [45 kW] shall provide for tapered dowels to maintain alignment of pump and motor. Other requirements for equipment bases are specified in Section 01610. 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 and seal water. Grease lubricated pumping units shall be provided with a means of venting the casing. Oil lubricated units shall be provided with constant level oilers or with sight glasses arranged to indicate operating and static oil levels. 2-7. DRIVE UNITS. Each pump shall be driven by an electric motor through a flexible coupling. Drive units shall be designed for 24 hour continuous service. Gearmotors shall not be used. 2-7.01. Couplings. Couplings shall have a horsepower rating of 1.25 times the motor nameplate horsepower when the misalignment is within the manufacturer's tolerance limit. Coupling design shall permit removal of the pump rotating element without disconnecting the piping, moving the drive unit, or axial movement of the coupling halves on the shaft. A suitable service factor shall be used when the pump is driven by an internal combustion engine. If the ratio of maximum pump operating speed, in rpm, to drive motor power exceeds 20 rpm/hp, provide a resilient type coupling; otherwise, the coupling shall be gear type. rv._. (City of Lubbock, Texas ) 11115 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) 2-7.02. Electric Motors. The electric motors shall be designed as specified in Section 16220. 2-7.03. Adjustable Frequency Drives. Adjustable frequency drives shall be provided by the CONTRACTOR. Adjustable frequency drives shall be designed as specified in Section 16150. 2-8. SHOP TESTS. Each pump shall be tested at the factory for capacity, power requirements, and efficiency at specified rated head, evaluated 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. The pumping unit shall be shop tested with the motor to be installed in the work. For pumping units with adjustable frequency drives, the wire -to -water efficiency test shall include the adjustable frequency drive (and transformers if supplied with the adjustable frequency drive) to be installed in the work. Engineer and OWNER reserve the right to witness shop tests, inspect and check the testing equipment used, and observe the calibration of pressure gauges and transducers. Contractor shall furnish Engineer a plan and elevation sketch of the test setup showing the piping and instrumentation and shall notify Engineer at least 10 days in advance of the time of each shop test. For witnessed shop tests, all readings are to be read manually from the certified and/or calibrated instruments. The use of computer data acquisition systems will not be acceptable. If the pump fails to operate properly or fails to meet the specified conditions or requirements during witnessed shop testing, the pump manufacturer shall modify the pumping unit and perform additional tests. Labor, travel, and expenses associated with the witnessing or observation of additional tests, whether due to incomplete tests or re -testing, shall be paid by the pumping unit supplier. For pumping units under 100 horsepower, a certified performance curve including head, pump input power, and pump efficiency shall be prepared by the pump manufacturer. Five copies of the certified curve shall be delivered to ENGINEER not less than 10 days prior to the shipment of the equipment from the factory. For pumping units 100 horsepower and larger, a certified test report shall be prepared. Five certified copies of a report covering each test shall be prepared by the pump manufacturer and delivered to ENGINEER not less than 10 days prior to the shipment of the equipment from the factory. The report shall include data and test information as stipulated in the Hydraulic Institute Standards, (City of Lubbock, Texas ) 11115 (Lake Alan Henry WTP ) -8- (Membrane Procurement Package) (161704 ) copies of the test log originals, test reading to curve conversion equations, and certified performance curves. The curves shall include head, pump input power, pump efficiency, rpm, and shop test NPSH available, plotted against capacity. The curves shall be easily read and plotted to scales consistent with performance requirements, with all test points clearly shown. PART 3 - EXECUTION 3-1. INSTALLATION. Installation will be performed by the CONSTRUCTION CONTRACTOR. The equipment shall be installed in accordance with the Hydraulic Institute Standards and manufacturer's recommendations. Couplings are to be realigned after grouting. Final coupling misalignment shall be within one-half of the coupling manufacturer's allowable tolerance. 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 (Lake Alan Henry VVTP ) -9- (Membrane Procurement Package) (161704 ) Section 11610 MULTISTAGE CENTRIFUGAL BLOWERS PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing, testing and deliveryof electric motor driven, multistage, centrifugal blowers. If multistage centrifugal blowers are selected for the Membrane Filtration System (MFS), the blowers shall be provided by the CONTRACTOR as part of the MFS. The blowers shall be used for and be capable of supplying process air for use in air scouring of the membranes. A separate compressed air system shall be provided for pneumatic valve actuation, specified under another section. A common system for air scouring and pneumatic valve actuation is not acceptable. Each blower shall be complete with electric drive motor, flexible shaft coupling, coupling guard, base, vibration isolator base pads, controls, spare parts, and all other accessories or appurtenances indicated on the drawings, specified herein or otherwise needed for proper operation. One duty and one standby (redundant) centrifugal blower shall be furnished. 1-2. GENERAL. 1-2.01. Coordination. Equipment furnished under this section shall be fabricated and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations furnished by the equipment manufacturer unless exceptions are noted by ENGINEER. Where two or more units of the same class of equipment are required, they shall be the product of a single manufacturer; however, all the component parts of the system need not be the products of one manufacturer. The blower unit shall be a current standard product of the blower manufacturer and shall be a packaged type unit, fully shop assembled by the blower manufacturer. All accessory items shall be furnished by the blower manufacturer. 1-2.02. 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 ) 11610 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) , (161704 ) F 1-2.03. Governing Standards. Except as modified or supplemented herein, all work covered by this section shall be performed in accordance with all applicable 0 municipal codes and ordinances, laws, and regulations which pertain to such work. In case of a conflict between these specifications and any state law or r local ordinance, the latter shall govern. All work shall comply with Underwriters' Laboratories (UL) safety requirements. 1-2.04. Power Supply. Unless otherwise indicated, power supply to the equipment shall be 480 volts, 60 Hz, 3 phase. 1-2.05. 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. 1-2.06. Nameplates. Each blower and accessory component having a tag number as indicated on the Shop Drawings or specified herein, shall be provided with a permanent number plate. The location of number plates and the method of fastening shall be acceptable to ENGINEER. Numerals shall be at least 1 inch high and shall be black baked enamel on anodized aluminum plate. 1-3. SUBMITTALS. 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. Stage I Submittals Drawings and Data. Complete 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. Device tag numbers indicated on the CONTRACTOR -submitted drawings 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: Package Certified letter from factory confirming blower package is fully shop assembled and will meet the performance requirements specified herein. L (City of Lubbock, Texas ) 11610 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) µ (161704 ) Blowers Motors Controls Name of manufacturer. Type and model. Number of stages. Full rotative speed at rated condition. Critical speed of the rotor. Type of bearings, AFBMA 1-10 life rating, and lubrication. Connection sizes. Maximum air temperature at discharge flange. Maximum allowable forces and moments on blower inlet and discharge flanges. Net weight of blower. Net weight of heaviest single component requiring removal for maintenance. Overall dimensions. Complete performance curves showing discharge pressure versus capacity, blower and overall efficiency, and bhp at minimum and maximum ambient air temperatures and at standard conditions. Reduced speed performance curve for each 100 rpm increment at specified conditions including maximum, average, and minimum temperatures and corresponding relative humidities where adjustable frequency drives are required. Shop painting data. Anchor bolt location details. Vibration isolator base pads. Maximum free field noise level at 3 feet. Impeller combination, including model number and quantity of each. As specified in Section 16220. Blower control panel layout including interior and exterior views. (City of Lubbock, Texas ) 11610 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) ; (161704 ) Accessory device data including catalog cut sheets on all control components. Wiring diagrams. Accessories Name of manufacturer. Equipment data. Stage II Submittals Certified Shop Test Reports (to be submitted before shipping) Performance curves. Test data. Sample calculations. 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. SPARE PARTS. The following spare parts and accessories shall be furnished in substantial wooden boxes with identifying labels and delivered to the Project Site: Spare Parts Quanti Number of bearings and seals per blower. 1 Sets of gaskets (for bearing replacement) per 1 blower. Number of filter sets per blower. 2 t _< (City of Lubbock, Texas ) 11610 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) PART 2 - PRODUCTS 2-1. SERVICE CONDITIONS. All equipment provided under this section shall be suitable for the service conditions specified, as follows: Seismic zone Barometric pressure Indoor ambient air temperature range. Design maximum inlet air temperature. Design minimum inlet air temperature. Design relative humidity at maximum design temperature. Design relative humidity at minimum design temperature. Site elevation. Site Class D Seismic Design Category A 13.1 Psia 60 to 104 OF 100 OF 17 OF 60 % 10 % 3,156 Ft Parts shall be interchangeable between units of similar size and capacity to extent practical. All equipment furnished shall be designed to meet all specified conditions and to operate satisfactorily at this elevation. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. Blower units shall be designed for the operating conditions as follows: Blowers Inlet pressure at blower suction flange Minimum rated discharge pressure at design capacity Minimum surge pressure at maximum inlet air temperature Minimum percent of design capacity without surging at full speed. Maximum rotative speed (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) of 11610 -5- Assume at least 0.3 psi less than barometric pressure specified Maximum water submergence + losses through equipment & piping + a safety factor of at least 0.3 psi At least 0.5 psi greater than rated discharge pressure 60 % or less if required by the CONTRACTOR 3600 Rpm blowers. Maximum rotative speed of motor. Maximum unfiltered vibration displacement (peak -to -peak), as measured at any point on the machine. Minimum ratio of critical speed to the rotative speed at any speed. Drive motor rating Intake Filter Silencer Type. Maximum initial pressure drop. Maximum face velocity at housing entrance. Discharge Flexible Connection Discharge configuration Number of arches. Temperature rating. 3600 Rpm 1.25 Mils 1.3 Greater than or equal to the maximum bhp (Hp) Cartridge 2inwc 400 ft/min Top 3 300OF Blower performance curves shall be matched. Each performance curve shall be sloped so that the discharge pressure is continuously decreasing with increasing flow. Blowers shall be designed to be capable of coming on line against a fully pressurized discharge header. If a blowoff or unloading line is required, all necessary components, including piping, silencer, automatic valves, actuators and controls, shall be provided by the blower manufacturer at no additional cost to OWNER. 2-3. ACCEPTABLE MANUFACTURERS Continental or Houston Service Industries. 2-4. MATERIALS. Casings Casing Tie Rods Casing Seals —Air Baffles (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) Blowers shall be manufactured by Cast iron with legs and lifting eyes. Steel. Carbon ring or labyrinth. Stainless steel or chrome -plated steel. 11610 -6- Shaft Vibration Isolator Base Pads 2-5. CONSTRUCTION. High carbon steel. Rubber, cork, or rubber -cork. 2-5.01. Casing. Casings shall be made in sections with joints between sections accurately machined. Sections shall be held together by means of tie rods. Seals shall be provided where the blower shaft passes through the ends of the casing. Suitable seals shall also be provided to prevent bearing contamination and to prevent loss of bearing lubricant. Suction and discharge nozzles shall be flanged. Flanges shall be flat faced with diameter and drilling conforming to ANSI B16.1, Class 125. Casings shall be supported by suitable feet integrally cast as a part of the casing. Suitable lifting lugs shall be provided for ease of handling and installation. If required, each section of the blower casing shall be equipped with a casing drain. Casing drains shall be piped together and the common drain line piped to the edge of the baseplate. A drain valve shall be provided. 2-5.02. Impellers. Impellers may be of either fabricated or cast construction. Fabricated impellers shall be made of aluminum or steel and shall be riveted to cast hubs. Cast impellers shall be accurately formed and machined on all exterior surfaces. Each impeller shall have uniform sections, smooth surfaces, shall be free from cracks and porosity, and shall be dynamically balanced. 2-5.03. Shaft. Each shaft shall be of solid design and shall be fully machined or ground to size and polished. Each shaft shall be of ample size to transmit the maximum applied power and to carry all applied radial loads without excessive deflection. 2-5.04. Bearings. Each rotor assembly shall be supported at each end by one or more antifriction bearings. Shaft speed shall not exceed the bearing manufacturer's limitations. Bearings shall be mounted in housings outboard of the casing heads. Bearing housings shall be arranged to permit inspection and replacement of the bearings without disconnecting the piping or disassembling the blower. Bearings shall have an AFBMA Ljo Life Rating of 100,000 hours at specified operating conditions and shall be oil lubricated. 2-5.05. Baseplate. Each blower and drive motor assembly shall be mounted on a common fabricated steel baseplate. The baseplate shall be constructed from structural members and shall be designed to limit deflection to L/360, where L is (City of Lubbock, Texas ) 11610 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) F the longer dimension of the base. The base shall be arranged so that all equipment bolted to it can be removed without access to the underside. All seams and contact edges between shapes and plates shall be continuously welded and ground smooth. 2-5.06. Base Pads. Each blower shall be provided with vibration isolator base pads as specified herein. 2-6. ACCESSORIES. 2-6.01. Intake Filter Silencers. Each blower shall be provided with an intake filter silencer installed in the suction piping. Each filter silencer shall be of all - welded steel construction with prime painted exterior, replaceable polyester or polyester felt dry filter element, and flanged outlet connection with diameter and drilling conforming to ANSI B16.1, Class 125. Filter silencers shall be suitable for continuous weather exposure in exterior locations. Filter silencers shall be installed such that the outside air inlet of the filter unit shall be a minimum of 3feet [1 m] above the adjacent grade or roof. Each filter silencer shall be provided with support legs constructed of either steel pipes or tubular steel. The filter silencer shall connect to the suction piping without reducers. Filter silencer shall be Endustra, Stoddard, Universal, or equal. 2-6.02. Flexible Connections. An elastomeric, arched type flexible connection shall be provided in the suction and discharge piping adjacent to each blower. Each flexible connection shall be sized to allow piping movement without exceeding the blower manufacturer's force allowance at the blower flange. Minimum piping movements allowed for each discharge flexible connection shall be as specified herein. The number of arches shall be as specified herein or as needed to meet the specified spring rates and movement capabilities. The inlet connection shall be suitable for 7 psi vacuum service and the discharge connection shall be suitable for a pressure of 15 psig. Suction flexible connectors shall be single arch, Mercer "Type 450", or equal. Discharge flexible connectors shall be Mercer "Type 450" with "Type 500" retaining rings and Kevlar reinforcement, or equal. 2-6.03. Pressure Gauges. A pressure gauge shall be furnished and installed in the discharge piping of each blower and a vacuum gauge in the suction piping of each blower. Pressure gauges shall conform to ANSI B40.1 and shall be of the indicating dial type with C-type phosphor bronze bourdon tube, stainless steel rotary geared movement, phenolic open front turret case, adjustable pointer, stainless steel or (City of Lubbock, Texas ) 11610 (Lake Alan Henry WTP ) -8- (Membrane Procurement Package) (161704 ) phenolic ring, and acrylic plastic or shatterproof glass window. All gauges shall be ANSI Accuracy Grade A. The dial shall be 4-1/2 inch size with white background and black markings and shall have dual English and metric indication. The English units of measurement shall be pounds per square inch and the metric units shall be kilopascals. The range for each discharge pressure gauge shall be from 0 to 15 psig. The range for each vacuum gauge shall be from 30 inches Hg vacuum to 0. Pointer travel shall be not less than 200 degrees nor more than 270 degrees. All gauges shall be provided with 1/2 inch NPT connections. Each gauge shall be provided with a threaded end ball type shutoff valve. 2-6.04. Pressure Switch. A differential pressure switch shall be furnished and installed across each filter silencer. The switch shall have an adjustable range from 0 to 10 inches water column vacuum. The pressure switch shall be used for annunciation of high pressure across the filter on the blower control panel. Each switch shall be field adjustable and shall have a trip point repeatability of better than 1 percent of actual pressure. Contacts shall close for alarm annunciation and the contact rating shall be 10 amperes at 120 volts ac. Switches shall have a NEMA Type 4 weatherproof housing and shall be as manufactured by Static-O-Ring Company, Mercoid Control, Barksdale, or equal. 2-6.05. Draft Gauge. A draft gauge having a range from 0 to 10 inches water column shall be installed across each air filter or air filter silencer. The gauge shall have minimum 3-1/2 inch dial, pressure taps, fittings for 1/4 inch metal tubing, vent valves, mounting brackets, and an adjustable signal flag. The draft gauge shall be "Dwyer2000 Series Magnehelic Differential Pressure Gages" manufactured by Dwyer Instruments, Inc. or equal. 2-6.06. Thermometers. A thermometer shall be provided in the discharge piping of each blower. Thermometers shall be of the direct reading, bimetallic dial type with a minimum dial size of 5 inches an externally adjustable pointer, angularly adjustable frame, and shall be accurate to within 1 percent of scale range. Thermometers shall be furnished complete with thermowell and shall have both Fahrenheit and Celsius indication. The units of measurement shall be indicated on the dial face. The thermometers shall have a range of 50/500°F and 10/260°C. 2-7. BALANCE. All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practicable. Excessive vibrations shall be (City of Lubbock, Texas ) 11610 (Lake Alan Henry WTP ) -9- (Membrane Procurement Package) (161704 ) 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. 2-8. DRIVE UNITS. Each blower shall be driven by an electric motor through a flexible coupling. Drive units shall be designed for 24 hour continuous service. 2-8.01. Flexible Coupling. Each coupling shall have a horsepower rating of not less than 1.25 times the motor nameplate horsepower when the misalignment is within the coupling manufacturer's tolerance limit. For motors 150 hp and smaller, the coupling shall be flexible element type, as manufactured by Rexnord or equal. For motors 200 hp and larger, the coupling shall be all metal, flexible disc, spacer type, as manufactured by Kopfley' Thomas, or equal. 2-8.02. Electric Motors. Electric motors shall be in accordance with the requirements specified in Section 16220. Motors used with adjustable frequency drives shall be rated for inverter service. Each motor terminal box shall be sized to accommodate the installation of a current transformer specified herein, and all incoming power and control cable. 2-9. CONTROLS. 2-9.01. Adjustable Frequency Drives. If required for the MFS design, adjustable frequency drives shall be furnished by the CONTRACTOR and installed by the CONSTRUCTION CONTRACTOR. The blower manufacturer shall review the adjustable frequency drive data, for matching the motor and drive, and for coordinating the collection of data and the design effort to limit harmonics. Adjustable frequency drive controllers will provide to the blower control panel one normally open dry motor run contact. The contact will close when the blower motor is started and will open when the blower motor is stopped. Adjustable frequency drives shall be as specified in the Adjustable Frequency Drives section. 2-9.02. Blower Motor Starters. If required, blower motor starters will be provided by the CONSTRUCTION CONTRACTOR. Motor starters will provide to the blower control panel one normally open dry motor run contact. The contact will close when the blower motor is started and will open when the blower motor is stopped. 2-9.03. Valve Actuators. a[Valve actuators shall be provided as specified under the MFS section (Section 13030). The valve actuators will be provided with limit f._ (City of Lubbock, Texas ) 11610 (Lake Alan Henry VVTP ) -10- (Membrane Procurement Package) (161704 ) switches if open/close type or an analog 4-20 mA position feedback signal if modulating type for annunciation of valve position on the blower control panel.] Valve actuators shall be as specified in the Valve and Gate Actuators section. 2-9.04. Blower Control Panel. Each blower shall be provided with a control panel. The panel shall contain all PLC's, relays, timers, devices, indicators, control switches, etc., that are required to start, stop, and shutdown its respective blower. The panel shall contain all necessary controls to open and close the associated inlet valve. It shall contain all necessary controls to open and close the associated blowoff valve if required. Blower Instrumentation and Control equipment, HMI, and PI -Cs shall comply with all requirements of the Instrumentation and Control System specifications. The blower and motor shall be mounted on a common skid. All power and control wiring between equipment provided by the manufacturer on the skid shall be supplied and terminated by the manufacturer. Provide skid mounted termination boxes for control and instrumentation wiring required to be connected to the associated control panel. Termination boxes shall be NEMA 4X stainless steel. Terminal blocks shall match those used in the control panel. The control panel shall be mounted separately from and adjacent to its respective blower. The control panel shall be powered from a 120 volt ac supply and all components installed in or on each control panel shall be rated for 120 volt ac. If voltages other than 120 volt are required, control power transformers shall be provided in the panel. Control panel operation and layout shall be as recommended by the equipment manufacturer with the following provisions . The panel shall be provided with a Local -Off —Remote Control selector switch. In local control, the blower, blow -off valve (if required), and inlet valve shall each be controlled separately using panel mounted pushbuttons, and the following control features shall be furnished: One start and one stop momentary dry contact output shall be available for use by the blower motor starter. In the local control mode, the start contact shall close when the blower start pushbutton is pushed, and the stop contact shall close when the stop pushbutton is pushed. In the remote control mode, the blower control panel shall be capable of receiving a momentary start and stop dry contact inputs for the blower. Based on the remote contact inputs, the blower control panel shall transmit the start/stop commands to the blower starter utilizing the same momentary start and stop contacts specified above. (City of Lubbock, Texas ) 11610 (Lake Alan Henry VVTP ) -11- (Membrane Procurement Package) (161704 ) d. { • If the blower inlet valves are open/close type, two normally open momentary dry contacts shall be provided for control of the inlet valve actuator. When local control is selected and the inlet valve open pushbutton is pushed, the open contact shall close and the inlet valve shall move to a full open position. When the inlet valve close pushbutton is pushed, the close contact shall close and the inlet valve shall move to a full closed position. When remote control is selected, and a start or stop command for the blower is received, the blower control panel shall open and close dy contact outputs to the inlet valve according to the specified sequence of operation. If the blower inlet valves are modulating type, two normally open momentary dry contacts shall be provided for control of the inlet valve actuator. When local control is selected, the inlet valve open and close pushbuttons shall control the open and close contact outputs. When remote control is selected, the blower control panel shall be capable of receiving a 4-20 mA inlet valve position setpoint signal, and retransmitting the signal to the valve as recommended by the blower manufacturer. The blower control panel shall be capable of receiving a 4-20 mA valve position feedback signal and retransmitting the signal. The inlet valve position shall be displayed on the blower control panel as percent open. For the blower blowoff valves, where required, two normally open momentary dry contacts shall be provided for control of the blowoff valve actuator. When local control is selected and the blowoff valve open pushbutton is pushed, the open contact shall close and the blowoff valve shall move to a full open position. When the blowoff valve close pushbutton is pushed, the close contact shall close and the blowoff valve shall move to a full closed position. When remote control is selected, and a run command for the blower is received, the blower control panel shall open and close the dry contact outputs to the blowoff valve according to the specified sequence of operation. • All alarm conditions that result in blower shutdown shall require a manual reset from the blower control panel. All remote annunciation contacts alarming a shutdown condition shall stay in the alarm state until manually reset. The control panel shall be furnished with at least the following indicating lights: Control power on (white) indicating light. Blower run (red) and blower off (green) indicating lights. Inlet valve open (red) and closed (green) indicating lights. - (City of Lubbock, Texas ) 11610 (Lake Alan Henry WTP ) -12- (Membrane Procurement Package) (161704 ) Blowoff valve open (red) and closed (green) indicating lights. Approach surge (amber) and surge (red) indicating lights. Approach overload (amber) and overload (red) indicating lights. Blower vibration warning (amber) and blower vibration shutdown (red). Motor vibration warning amber) and motor vibration shutdown (red). High intake filter differential pressure alarm (red). Startup/shutdown sequence failure alarm (red). For each indicating light specified, a control relay with normally open dry contacts rated 5amperes at 120 volt ac shall be provided for remote indication of the same condition. Common warning and shutdown alarm dry contacts shall also be provided. The common warning and shutdown conditions shall include including surge, overload, and sequence failure. Contacts shall close for remote indication. If modulating type inlet valves are utilized, an inlet valve position indicator shall be provided on each control panel. The indicator shall display valve position in percent from a fully closed position to a fully open position. The indicator shall utilize an input analog 4.20 mA signal from the valve actuator. The indicator shall be capable of retransmitting the valve position signal to a remote location. The retransmitted signal format shall be 4-20 mA. 2-9.04.01. Air Flow Indication System. Each blower control panel shall be provided with a factory calibrated air flow indicating system consisting of a current transformer, one or more ammeters, required ammeter relays, and any other required appurtenances. The current transformer shall have a 600 volt insulation rating and shall be connected in one phase of the motor supply circuit to indicate on the ammeter the rate of air discharge according to the measured motor load current. The current transformer shall be mounted in the motor terminal box. Ammeters shall be flush mounted on the blower control panel. Ammeters shall have indicating units calibrated in both motor amps and air flow (scfm), with the surge point, rated point, and motor overload point indicated. The accuracy of the meter indication shall be within 5 percent of the actual blower discharge rate over a range of 55 percent to 90 percent of the meter scale. Each ammeter shall be calibrated to the performance curve of the blower it serves. Each ammeter shall have 4 separately adjustable setpoints: approach surge and approach overload, surge shutdown and overload shutdown. (City of Lubbock, Texas ) 11610 (Lake Alan Henry WTP ) -13- (Membrane Procurement Package) (161704 ) The surge trip point shall be automatically compensated for changes in ambient temperature by using a resistance temperature detector in the inlet pipe. The RTD shall be provided by the blower manufacturer as well as the temperature compensation controls. Ammeter relays shall be provided with separately adjustable alarm contacts for annunciation of blower alarm and safety shutdown conditions. Each contact shall be rated 5 amperes at 120 volt ac. Blower controls shall not indicate an alarm condition during startup or shutdown of the blower. Annunciation and safety shutdown setpoints shall be set at the factory and shall be field adjustable. Air flow annunciation and safety shutdown contacts shall be furnished. The air flow indicating system shall be applicable in both local and remote control and shall generate an alarm condition on approach surge or approach overload, and shall close the stop contact to the blower starter on a surge or overload condition. When in remote control if the incoming signal to open the inlet valve attempts to drive the blower into a surge or overload condition the blower control panel shall stop the valve from opening any further and the panel shall generate approach surge or overload alarm contacts, and in addition generate an alarm contact indicating that the remote set point signal was abandoned. 2-9.04.02. Vibration Detection Systems. Solid state vibration detection systems shall be furnished and installed to monitor vibration in each blower and motor bearing. Vibration detection systems shall include vibration switches and equipment mounted vibration sensors. Each system shall include the following features: built-in time delay that is field adjustable; no false triggering; calibrated dial for setting limits; solid state relays for alarm (High) and shutdown (High -High) including normally open and normally closed contacts for each condition rated 5 amperes continuous at 120 volt ac; remote mounted vibration sensor; provision for self test and calibration; sensitivity of the system unaffected by rotational speed of equipment. Vibration detection alarm and shutdown shall be triggered by either velocity or displacement as recommended by the equipment manufacturer. Vibration switches shall be mounted in the blower control panel, and the vibration sensors shall be mounted on the driven equipment as recommended by the manufacturer. Cable between the sensor and the switch shall be provided by the equipment manufacturer. The vibration detection systems shall be applicable in both local and remote control and shall generate an alarm condition on vibration warning, and shall _1 close the stop contact to the blower on excessive vibration. Alarm and shutdown conditions shall be as recommended by the blower manufacturer. (City of Lubbock, Texas ) 11610 (Lake Alan Henry WTP ) -14- (Membrane Procurement Package) (161704 ) The vibration detection system shall be rated for a 120 volt ac supply voltage and shall be derived from the blower control panel. Vibration detection system shall be manufactured by PMC Beta or equal. 2-9.05. Panel Fabrication Requirements. The control panel furnished shall conform to the requirements of NEMA ICS-6. Panels shall be rated NEMA Type 4 and shall be constructed from stainless steel. All panel wiring shall be of the type normally furnished by the manufacturer with the following exceptions. All power and control wiring for 120 volt circuits shall be stranded copper #12 AWG minimum. All power and control wiring shall have a 600 volt insulation rating and a nominal maximum operating temperature of 194°F. All analog circuits shall be #16 AWG twisted shielded pair rated for at least 300 volts. Conductor insulation for power, control, and analog circuits shall have a moisture -resistant and flame-retardant covering. All wiring shall be grouped or cabled and firmly supported inside the panel. Wiring shall be bundled in groups and bound with nylon cable ties or routed in Panduit or similar nonmetallic slotted ducts. Ducts shall be readily accessible within the panel, with removable covers, and with space equal to at least 40 percent of the depth of the duct remaining available for future use after completion of installation and field wiring. Sufficient space shall be provided between cable groups or ducts and terminal blocks for easy installation or removal of cables. The power entrance to each panel shall be provided with a surge protection device. Surge protectors shall be nominal 120 volts ac with a nominal clamping voltage of 200 volts. Surge protectors shall be of nonfaulting and noninterrupting design, with a response time not to exceed 5 nanoseconds. Surge protectors shall be manufactured by Innovative Technology, Power Integrity Corporation, or Transtector. Terminal blocks shall be suitable for 12 AWG wire and shall be rated 30 amperes at not less than 300 volts. Terminal blocks shall be fabricated complete with marking strips, covers, and pressure connectors. Terminals shall be labeled to agree with the identification on the submittal drawings. A terminal shall be provided for each conductor of external circuits, plus one ground for each shielded cable. At least 25 percent spare terminals shall be provided. Not less than 8 inches of clearance shall be provided between the terminal strips and the base of vertical panels for conduit and wiring space. Nameplates shall be provided on the face of each panel and on each individual control or pilot device. Panel nameplates shall be made of laminated phenolic (City of Lubbock, Texas ) 11610 (Lake Alan Henry WTP ) -15- (Membrane Procurement Package) (161704 ) material with engraved letters approximately 3/16 inch high extending through the black face into the white layer, and shall be secured firmly to the panel. All control and pilot devices furnished shall be heavy duty oiltight. 2-9.06. Panel Factory Test. Before shipment, the panels shall be electrically tested by the manufacturer. 2-9.07. Sequence of Operation. The blower sequence of operation shall be as indicated below: Startup Sequence: 1. Verify inlet valve is closed and, when required, blowoff valve is open. 2. Energize blower motor. 3. Open inlet valve and close blowoff valve simultaneously when blowoff is required. 4. Reduce speed on machines with variable frequency drives, if needed, to reach desired operating point. 5. Modulate inlet valve, if needed, to reach desired operating point. Shutdown Sequence: 1. De -energize blower motor. 2. Open blowoff valve, when blowoff is required. 3. Close inlet valve after a time delay for motor coast down. 2-10. SHOP TEST. Blowers shall be shop tested over the capacity range from surge to 120 percent rated flow 2-10.01. Operational Test. Each blower shall be shop tested for vibration and pressure developed. 2-10.02. ASME PTC-10. All blowers shall be shop tested for capacity, power requirements, and efficiency at the rated capacity and at as many other capacities as necessary for accurate performance curve plotting. The tests shall be performed in accordance with ASME PTC-10 Test Code for Centrifugal Compressors and Exhausters. A torque meter shall be used for performance test power measurements. Calculations shall be performed to correct test data to the specified site conditions. Corrected data shall be used to plot performance curves. Curves shall include inlet cfm versus discharge pressure, inlet cfm versus brake horsepower and inlet cfm versus efficiency. Curves shall be plotted for both summer and winter inlet air temperature and relative humidity conditions _ (City of Lubbock, Texas ) 11610 (Lake Alan Henry VVfP ) -16- (Membrane Procurement Package) (161704 ) e- specified. The blower serial number shall be indicated on the corresponding performance curve. The impeller combination shall be indicated on each curve. No minus tolerance on discharge pressure shall be allowed. Flow and brake horsepower shall be guaranteed ±4 percent or to the manufacturer's standard tolerance, whichever is more stringent. Brake horsepower indicated by shop tests and corrected to specified site conditions shall not exceed the motor nameplate rating. Six certified copies of the test report complete with performance curves, data, and all calculations shall be submitted. The test reports shall be delivered to the ENGINEER at least 10 days prior to the shipment of the blowers from the manufacturer. 2-10.03. Impeller Balancing. Impeller assemblies shall be dynamically balanced. Impeller balancing reports shall be delivered to the ENGINEER at least 10 days prior to the shipment of the blowers from the manufacturer. PART 3 - EXECUTION 3-1. INSTALLATION. The equipment will be installed by the CONSTRUCTION CONTRACTOR in accordance with the manufacturer's recommendations. 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. 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 manufacturer have been completed. The manufacturer's representative shall verify: a. Each blower inlet valve is properly installed and adjusted for desired air flow control. b. Each blower discharge isolation valve is fully open. c. Each check valve is properly installed. d. Piping is installed such that excessive force is not being exerted on the blower flanges. (City of Lubbock, Texas ) 11610 (Lake Alan Henry WTP ) -17- (Membrane Procurement Package) (161704 ) 1, 3-2.03. Startup and Testing. Startup and testing requirements shall be as specified below and in Section 01650. Each blower shall be mechanically checked for proper operation. Each alarm and safety shutdown shall be checked by artificially simulating an alarm condition. Defective equipment and controls disclosed by the tests shall be replaced or corrected, and the packages placed in satisfactory operating condition. The following items shall be measured, recorded, and submitted in a field test report: a. Inlet pressure, each blower. b• Discharge pressure, each blower. C. Discharge temperature, each blower. d. Differential pressure across each filter or filter silencer. e. Pressure and temperature at downstream end of piping system and at any measurement taps provided. f. Flow measurements at any flowmeters provided. 9- Outdoor ambient temperature. h. Indoor ambient temperature. i. Barometric pressure. 3-3. TRAINING. Blower manufacturer and CONTRACTOR shall provide training as specified in Section 01660. End of Section t _ (City of Lubbock, Texas ) 11610 (Lake Alan Henry WTP ) -18- (Membrane Procurement Package) (161704 ) Section 11635 COMPRESSED AIR EQUIPMENT - ROTARY SCREW COMPRESSORS 'ART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing, testing and delivery of compressed air equipment for the Membrane Filtration System (MFS). The compressed air system shall use equipment of the rotary screw compressor type, as specified herein, and shall be provided by the CONTRACTOR as part of the MFS. The compressed air system shall be used for and capable of supplying compressed air for pneumatic actuated valves and membrane integrity testing of the MFS. A separate compressed air blower system shall be provided for air scouring of membranes under another specification section. A common system for air scouring and pneumatic valve actuation is not acceptable. The compressed air system shall include two factory packaged air compressors, each with separate refrigerant dryers, air receiver, controls, valves and piping and all accessories and appurtenances specified or otherwise required for a complete properly operating installation Each compressor and drive unit shall be mounted on a common baseplate. A sound attenuation package with a 75 dBA rating shall be provided with the air compressors. One duty and one standby (redundant) compressor, air dryer, and oil filter shall be provided for each required air compressor equipment package. Components of the compressed air equipment package shall be the latest products of manufacturers regularly engaged in the production of equipment of this type. 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. 1-2.01. General Equipment Stipulations. The requirements specified in Section 01610, "General Equipment Stipulations," shall apply to the equipment furnished under this Section. 1-2.02. Governing Standards. Except as modified or supplemented herein, all work covered by this section shall be performed in accordance with all applicable municipal codes and ordinances, laws, and regulations. In case of a conflict between these specifications and any state law or local ordinance, the latter shall govern. All work shall comply with Underwriters' Laboratories (UL) safety requirements. (City of Lubbock, Texas ) 11635 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) 3 �__1 1-2.03. Power Supply. Unless otherwise indicated, power supply to the equipment shall be 480 volts, 60 Hz, 3 phase. Air dryer power supply shall be 120 volts, 60 Hz, single phase. 1-2.04. 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. 1-2.05. Permanent Number Plates. Each component shall be provided with a permanent number plate. The location of number plates and the method of fastening shall be acceptable to ENGINEER. Numerals shall be at least 1 inch high and shall be black baked enamel on anodized aluminum plate. 1-2.06. System Components. Compressed air produced for the MFS shall be processed through the following major system components in the listed order. Rotary Screw Compressor Packages Oil Mist Eliminator Air Receiver Air Dryer Coalescing Filter Vapor Carbon Filter Particulate Filter 1-2.07. 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. Lubricants 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. Lubricants shall be food -grade if compressed air comes in contact with membranes or potable water. Lubrication system connections shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow convenient collection of waste oil in containers from the operating area or platform without removing the unit form its normal installed position. Reference Section 01610, General Equipment Stipulations, for additional general requirements. 1-2.08 Acceptable Manufacturers. Acceptable equipment manufacturers shall be Atlas Copco, Kaeser, or Ingersoll-Rand, without exception. (City of Lubbock, Texas ) 11635 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) 1-3. SUBMITTALS. CONTRACTOR shall submit the following items in accordance with the requirements specified in Section 01300, "Submittals." Items requiring submittals shall include, but not be necessarily limited to, the following. 1-3.01. Stacie I Submittals Drawings and Data. Complete assembly and installation drawings, together with detailed specifications and data covering materials, drive unit, parts, devices, and accessories forming a part of the equipment furnished shall be submitted. Electrical schematics, wiring diagrams, and panel layout drawings for compressor controls shall be included. The data and specifications for each unit shall include, but shall not be limited to, the following: Compressor Packages Statement from the manufacturer verifying the minimum specified system cycle time will not result in excessive oil carryover greater than published values. Manufacturer. Type and model. Compressor rotative speed. Dimensions. Weight including motor. Performance data at variable discharge pressures, including brake horsepowers. Bearing data. Filter and silencer details. Accessory details. Piping schematic. Control equipment. Sequence of operation. Heat rejection data. Cooling air or water flow data. Control panel layout, schematics, and wiring diagrams. Motors As specified in Section 16220. Air Dryer Type Manufacturer (City of Lubbock, Texas ) 11635 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) Model Capacity and Presser drop Dimensions Pressure rating Connection size and location Electrical requirements Clear space required for air circulation and maintenance access Coalescing Oil Removal Filter & Particulate Filter Manufacturer Model Initial and saturated pressure drop Efficiency Materials of construction Pressure rating Capacity Pressure drop at rated capacity Activated Carbon Filter Manufacturer Materials of construction Model Capacity Pressure drop at rated capacity Pressure rating Efficiency Guaranteed bed life Pressure rating Nominal Capacity Dimensions Material of construction Accessory equipment Connection size & location Verification of ASME code stamp Oil Mist Eliminator Pressure rating Nominal Capacity (City of Lubbock, Texas ) 11635 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) Pressure drop at rated capacity Dimensions Manufacturer Model Materials of construction Connection size & location Guaranteed element Life Efficiency 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. SPARE PARTS. The following spare parts and accessories shall be furnished in substantial wooden boxes with identifying labels and delivered to the Project Site as follows: Spare Parts Quantity Intake air filters, per compressor. 1 Lubricant filters, per compressor. 1 Air -oil separator filter elements, per 1 compressor. Matched sets of V-belts. 1 PART 2 - PRODUCTS 2-1. SERVICE CONDITIONS. The compressed air package and accessories shall be suitable for the following service conditions: Seismic zone. (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) 11635 -5- Site Class D Seismic Design Category A Barometric pressure 13.1 psia Location Indoor Inlet ambient air temperature range. 60 to 104 OF Design relative humidity at maximum 60 % ambient air temperature. Site elevation. 3,156 ft Parts shall be interchangeable between units of similar size and capacity to extent practical. All equipment furnished shall be designed to meet all specified conditions and to operate satisfactorily at the specified elevation. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. The compressed air equipment shall be designed for the operating conditions and requirements as follows. The motor nameplate rating shall not be less than the combined total of the maximum power required at the compressor input shaft and the belt or rear losses. The compressed air equipment shall be designed to meet the operating conditions as required for the membrane filtration system (MFS) described in Section 13030. The CONTRACTOR shall be responsible for determining the system requirements. The compressor shall be sized such that the system air supply requirements can be met with one compressor out of service. Air Compressors Drive motor speed. 3,600 Rpm Drive motor rating At least equal to max. power required for direct drive units and max. power required plus 5 % for belt drive and gear drive units Compressor cooling Air cooled Mist Eliminator Minimum quantity required One (1) Maximum air inlet pressure. 150 Psig L J Minimum air pressure loss 3 psi (City of Lubbock, Texas ) 11635 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) Air Receiver Minimum quantity required Minimum design pressure. Refrigerant Air Dryer Minimum quantity required Coalescing Oil Removal Filters Minimum quantity required Maximum initial air pressure loss. Vapor Carbon Filter Maximum initial pressure loss Particulate Filters Type Maximum initial pressure loss. 2-3. MATERIALS. Compressor Rotors Housing Bearings Radial Thrust Baseplate Rust -Preventive Compound Two (2), one (1) for valves and one (1) for membrane integrity testing and other air supply uses 200 psi Two (2), one (1) duty and one (1) standby Two (2), one (1) duty and one (1) standby 2 Psig 2 psig 1 micron 1 Psig Steel or high strength ductile iron. Cast iron. AFBMA Lio rating of 40,000 hours minimum. Roller. Per manufacturer's recommendation. Cast iron or fabricated steel. As recommended by manufacturer. 2-4. PACKAGE CONSTRUCTION. Each air compressor package shall consist of, but not necessarily be limited to, an inlet air filter, compressor, motor, air/oil separator reservoir, oil cooler, aftercooler, separator, controls, control panel, enclosure, base, valves, piping, and unloading system. An inlet valve shall be provided where required by the control system. (City of Lubbock, Texas ) 11635 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) The air compressor package components shall be standard products of the 7 manufacturers. The packages shall be completely factory assembled requiring only field connection of electrical power, air, and condensate drain piping. 2-4.01. Compressors. The compressors shall be of the single stage, positive displacement, oil -flooded, rotary screw type. Compressor rotors shall have integral shafts and shall be dynamically balanced. Rotors and housings shall be precision machined for accurate bearing positioning and running clearances. The male rotor shall be connected to the drive motor with a flexible coupling, belt drive, or gear drive in a manner which will ensure permanent alignment. Positive pressure lubrication shall be provided. Lubricant shall be provided as recommended by the manufacturer. A lubricant filter shall be provided with a 10 micron absolute rating. An air/oil separator reservoir shall be provided. The reservoir shall be designed and constructed in accordance with the ASME Code for Unfired Pressure Vessels and shall bear the code stamp. The reservoir shall include two -stage filtration to remove oil from air stream. Oil carry-over downstream of the separator shall not exceed 3 ppm by weight. 2-4.02. Baseplate. Each baseplate shall be designed for no measurable deflection with the equipment mounted thereon and the baseplate supported around its perimeter. Each base shall be designed so that all equipment bolted to it can be removed without access to the underside of the plate. Structural stiffeners shall be located under the compressors at the compressor anchor points. 2-4.03. Enclosures. Each compressor and all its accessories and appurtenances shall be completely enclosed within an acoustic enclosure. The enclosures shall be sheet metal with acoustic lining designed to reduce noise levels at 3.3 feet to 75 dB. The enclosure shall provide easy access to all maintenance items within the enclosure, utilizing hinged access doors or removable panels. 2-4.04. Valves and Piping. Valves and piping within the enclosure shall be the compressor manufacturer's standard. Relief valves shall be provided for equipment protection on the air and coolant systems. 2-4.05. Intake Filters. Each compressor shall be provided with a dry type intake filter. Intake filters shall have replaceable filter element(s). Particle arrestance _.3 shall be not less than 99 percent at 5 micron size. (City of Lubbock, Texas ) 11635 (Lake Alan Henry WTP ) -8- (Membrane Procurement Package) (161704 ) 1® 2-5. CONTROLS. Each compressor shall be controlled by a solid state electronic controller. All controls shall be suitable for operation throughout the ambient temperature range. All control equipment for each air compressor package shall be furnished as needed for a complete installation. All connections between components on baseplates shall be made in the manufacturer's shop with only field connection of electrical power supply and remote alarm required. All control equipment for the compressor package shall be housed in a control panel mounted on the package. All system wiring shall be shop installed to terminal blocks in the control panel. 2-5.01. Control Panel. All control devices shall be rigidly mounted within a NEMA Type 4 enclosure except for breaker handles, selector switches, push buttons, and indicating lights, which shall be mounted on the panel face. Motor starters shall be full voltage, nonreversing, circuit breaker combination magnetic motor starters sized as needed by equipment manufacturer. Starters shall be furnished with thermal over -loads, dry type control power transformer if required by the manufacturer, and a magnetic motor circuit protector disconnect. Starters shall be mounted inside the control panel. Control power transformers shall be sized to handle all simultaneous loads. Magnetic motor circuit protectors shall be molded -case circuit breakers with instantaneous trip elements. The breakers shall be manually operated with quick -make, quick -break, trip -free toggle mechanism. One thermal overload relay shall be provided in each phase lead. Each starter shall be provided with an external manual reset push button for reset of the thermal overload relays. An external manual breaker operating handle with provisions for up to three padlocks shall be provided on each starter. The access door shall be interlocked with the motor circuit protector so the door cannot be opened while the breaker is closed, except by an interlock override. Control power transformers shall have both primary leads fused, one secondary lead fused, and one secondary lead grounded. Internal panel tubing shall be run in horizontal and vertical planes and shall be rigidly supported to withstand handling and shipped without damage. Compression type bulkhead fitting shall be provided through the panel for all connections. (City of Lubbock, Texas ) 11635 (Lake Alan Henry WTP ) -9- (Membrane Procurement Package) (161704 )- i' Internal panel wiring shall be neatly bundled and tied and shall be identified with suitable wire markers. Terminal blocks for external connections shall be furnished complete with marking strips, covers, and pressure connectors. A terminal shall be provided for each conductor of external circuits. All wiring shall be grouped or cabled and securely attached to the panel. Clearance for field wiring shall be provided between the terminal strips and base. Each compressor shall be provided with a "Hand -Off -Auto" selector switch or equivalent controls within the solid state compressor controller. Controls shall be the manufacturer's standard. A separately adjustable pressure switch or transducer shall be furnished for loading and unloading each compressor, and shall be located at each compressor control panel. Pressure shall be sensed on each compressor package. In the "Hand" position, the system shall operate continuously (without shutting off in the "Load/No load" mode as controlled by pressure switches or transducers. In the "Auto" position, the control system shall control capacity and/or load and unload the lead and lag compressor at the specified pressures. Compressors provided with inlet valves as standard equipment shall be capable of automatic capacity control. 2-5.02. Compressor Control. The compressor control system shall automatically start, stop, load, unload, and control capacity to provide constant downstream air pressure. After the compressor has operated for an adjustable time while unloaded, it shall automatically stop. The continuous run timer adjustment range shall be 0 to 60 minutes, with an initial setting of 15 minutes. The capacity control system shall be designed to prevent oil foaming and carry-over with a minimum system cycle time of 20 seconds. The control system shall indicate the following conditions: a• Elapsed time of operation in hours, non-resetable b. Compressor package discharge air temperature. c• Delivered air pressure. d. Inlet air filter service required. e. Lubricant filter service required. f. Air/oil separator filter service required. The control system shall stop the compressor, alarm the condition, and indicate the condition on the control panel for each of the following: (City of Lubbock, Texas ) 11635 (Lake Alan Henry WTP ) -10- (Membrane Procurement Package) (161704 ) a. Low oil level and/or pressure. b. High discharge air temperature, oil temperature or air/oil mixture temperature. Controls shall be provided to indicate any problems in the lubrication or cooling system. c. Motor overload. A common "Reset" shall be provided so the alarm indicators are displayed until manually reset. Controls shall be designed to allow testing of the alarm indicators without actuating the remote alarm. Dry contact outputs from the compressor controls shall be provided for the following: Compressor running Compressor in auto Compressor common alarm, includes alarm conditions specified above and as recommended by the manufacturer. A multi -position selector switch shall be provided to select the starting order of each unit. The selector switch shall be installed in a NEMA 1 enclosure for field mounting on the wall or a pedestal. 2-5.04. Multiple Unit Controls. A solid-state electronic controller or equivalent electromechanical controls shall be furnished for automatically starting, stopping and adjusting capacity of each compressor to maintain the system pressure required. 2-6. 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 displacement (peak -to -peak), as measured at any point on the machine, shall not exceed 5 mils. 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. 2-7. DRIVE UNITS. Each compressor shall be driven by an electric motor directly or through a belt drive or gear reducer as needed by the compressor manufacturer's design. The nominal input power rating of each gear or speed reducer shall be at least equal to the nameplate power rating of the drive motor. Drive units shall be designed for 24 hour continuous service. Gearmotors shall not be used. 2-7.01. Belt Drive. Belt drives shall be either V-belt or cogged timing belt. V-belt and sheave groove dimensional tolerances shall be in accordance with the (City of Lubbock, Texas ) 11635 (Lake Alan Henry V TP ) -11- (Membrane Procurement Package) (161704 ) Il "Engineering Standards - Multiple V-Belt Drives" published by the Multiple V-Belt Drive and Mechanical Power Transmission Association. Belt drives shall have a j service factor of at least 1.6 at maximum speed based on the nameplate power rating of the drive motor. The speed reduction ratio of belt drives shall not exceed 4 to 1. Each belt drive shall include a sliding base or other suitable means of tension adjustment. 2-7.02. Gear Reducers. Gear reducers shall be as specified in Section 01610, except that permanently sealed, grease lubricated bearings will not be F' acceptable. 2-7.03. Electric Motors. The electric motors shall be designed as specified in Section 16220. 2-8. ACCESSORIES. 2-8.01. Safety Valves. Safety valves in the compressor discharge piping shall be capable of protecting the compressors from damage when operating against a closed discharge valve and shall be suitable for the maximum compressor discharge air temperature. 2-8.02. Pressure Gauges. Each pressure gauge shall have a stainless steel rotary geared movement. Each gauge shall be accurate to within 2 percent of full scale. Gauges shall have a range equal to approximately twice the normal operating pressure at the point of installation. The units of measurement shall be indicated on the dial face. Panel -mounted gauges shall have a % inch, minimum, NPT connection. All other gauges shall have a '/z inch, minimum, NPT connection. Each gauge shall be provided with a shutoff valve. 2-8.03. Pressure Switches. Each pressure switch shall have spdt contacts rated 10 amperes at 120 volts ac and shall be complete with shutoff valve. Pressure switches mounted inside the control panel shall have NEMA Type 1 housings. Panel -mounted switches shall have a % inch, minimum, NPT connection. All other switches shall have a % inch, minimum, NPT connection. 2-8.04. Thermometers. Thermometers shall be of the direct reading, bimetallic type. Thermometers shall be accurate to within one percent of full scale. Thermometers shall be furnished complete with a uniformly graduated dial indicator, temperature sensor, and thermowell. Thermometer ranges shall be such that the normal operating reading will be near the midpoint of the range. The units of measurement shall be indicated on the dial face. 2-8.05 Shutoff Valves. All shutoff valves shall be ball valves. Valves in steel piping shall have carbon steel bodies, chrome plated or stainless steel balls, and (City of Lubbock, Texas ) 11635 (Lake Alan Henry WTP ) -12- (Membrane Procurement Package) -° (161704 ) reinforced Teflon seals and seats. Shutoff valves in stainless steel tubing shall have AISI Type 316 stainless steel bodies and balls and reinforced Teflon seals and seats. Valves in the compressor discharge piping shall be suitable for the maximum compressor discharge air temperature. 2-8.06 Receiver Vent Valve. Globe type vent valve with bronze body and brass stem shall be provided on the receivers. 2-8.07 Flexible Connectors. Braided stainless steel flexible connections shall be furnished and installed on the compressor discharge piping connection to limit the transmission of vibration to the connecting piping. 2-8.08 Mist Eliminator. A mist eliminator shall be provided. The mist eliminator shall be capable or removing 100 percent of particles 3 microns and larger, and 99.98 percent of particles 0.1 microns and larger. The mist eliminator elements shall have a minimum life of 8 years before needing replacement. The mist eliminator shall be provided with an automatic, electric, no -loss condensate drain trap. The unit shall have a 120 volt single phase AC power supply. 2-8.09 Air Receivers. The remote receiver(s) shall be vertical tanks of all welded construction with semi -ellipsoidal heads and leg supports for mounting on a concrete base. The receivers shall be designed and constructed in accordance with ASME code for Unfired Pressure Vessels and shall bear the code stamp. The receivers shall have a minimum design pressure of 200 psig. The receivers shall be provided with piping connections for an inlet, outlet, drain,, safety valve, pressure gauge, pressure transducer, and electric no -loss condensate drain trap. Each piping connection shall be provided with and isolation valve except the safety valve connection. The receivers shall be epoxy -coated inside to a minimum of 3 mils thick and gray prime painted outside. Finish coating shall be completed by other, after installation. The receivers shall be furnished with a local pressure gauge, a pressure transducer, and automatic, electric, no -loss drain trap, completely assembled outlet regulator assembly, including piping, reducer flange, valves, and instrument tubing. Each pressure gauge shall have a phenolic case, adjustable pointer, and stainless steel rotary geared movement. Each gauge shall be accurate within 2 percent of full scale. Gauges shall have a minimum dial size of 4-1/2 inches and a range equal to approximately twice the normal operating pressure at the point of installation. The units of measurement shall be indicated on the dial face. Gauges shall have a 1/2 —inch NPT connection and shall be provide with a shutoff valve. (City of Lubbock, Texas ) 11635 (Lake Alan Henry V TP ) -13- (Membrane Procurement Package) ` (161704 ) 2-8.10 Refrigerant Dryers. The air dryers shall be of the air-cooled, non -cycling, refrigerant type and shall produce a 330 F to 390 F dew point at the heat exchanger exit when operating continuously at the design conditions. The capacity of each dryer shall exceed by at least 20 percent the design air flow leaving the air receivers after derating factors are applied. The air dryers shall be provided for separate installation downstream of the receivers. Dryers installed in the compressor acoustic enclosure will not be acceptable. Each air dryer shall consist of an air-to-air heat exchanger, refrigerant -to -air heat exchanger, separator, hermetically sealed refrigeration unit, and self —regulating hot gas bypass valve. The dryers shall be complete with manual motor "On -Off' switch, running light, evaporator performance gauge, intake air thermometer, and automatic, electric, no -loss condensate drain trap. 2-8.11 Oil Removal Filters. Coalescing -type oil removal filters shall be provided for installation downstream of the refrigerant dryer. Filters shall be capable of removing solids 0.01 micron and larger and 99.99% of oil aerosols. The capacity of each filter shall match or exceed the design air flow requirement leaving the receiver. The filters shall have a replaceable cartridges. The filters shall be as manufactured by Hankison, Filterite, Pall Emflon II Serires, or equal. Each filter shall be furnished with a differential pressure indicator to signify the need for service or replacement of the elements. Each filter shall be furnished with an automatic drain valve. 2-8.12. Vapor Carbon Filters. Vapor carbon filter shall be provided. Oil vapor filters shall be the activated carbon filter type with replaceable carbon bed. The filters outlet shall provide oil vapor concentrations of less than 0.003 ppm w/w. 2-8.13. Particulate Filters. Particulate filters shall be provided. The 1 micron filters shall remove 100 percent of the solids 1 micron and larger and 95 percent of the aerosols .04 microns and larger. Each filter shall be furnished with a pressure differential indicator. The pressure differential across a clean filter element shall not exceed 1 psi. Filters shall be provided with manual drain valves. Particulate filters shall be manufactured by Gardner -Denver, Hankison, Kaeser, Pioneer, Sullair, or equal. 2-8.14 Air regulators. The CONTRACTOR shall provide a process air regulator assembly for each air use application fabricated from copper tubing and consisting of two redundant regulators piped in parallel, each of the external pilot - type, upstream and downstream isolation va Ives, and downstream pressure relief valve. The regulators shall be Fisher, or equal. (City of Lubbock, Texas ) 11635 (Lake Alan Henry WTP ) -14- (Membrane Procurement Package) (161704 ) 2-9. SHOP TEST. Prior to shipment each compressor unit shall be operated to check alignment; faulty equipment and controls; proper wiring; leaks in piping, seals, or wells; and proper operation of the safety and operating controls. Compressor pressure controls shall be adjusted to the specified pressures. Defective equipment and controls disclosed by such tests shall be replaced and the package placed in satisfactory operating condition before shipping. A statement from the package supplier certifying that the specified shop test has been performed shall be submitted to ENGINEER prior to shipment. PART 3 - EXECUTION 3-1. INSTALLATION. The equipment will be installed by the CONSTRUCTION CONTRACTOR in accordance with the CONTRACTOR'S and equipment manufacturer's written instructions. 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 installations as 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 manufacturer 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 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. TRAINING. CONTRACTOR and air compressor manufacturer shall provide training as specified in Section 01660. End of Section (City of Lubbock, Texas ) 11635 (Lake Alan Henry WTP ) -15- (Membrane Procurement Package) (161704 ) ' �a Section 11636 POSITIVE DISPLACEMENT BLOWERS PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing, testing and delivery of electric motor driven, rotary, positive displacement blower packages. If positive displacement blowers are selected for the Membrane Filtration System (MFS), the blowers shall be provided by the CONTRACTOR as part of the MFS. The blowers shall be used for and capable of supplying process air for use in air scouring of the membranes. A separate compressed air system shall be provided for pneumatic valve actuation, as specified in other specification section. A common system for air scouring and pneumatic valve actuation is not acceptable. Each blower package shall be a factory- or shop -fabricated skid and shall include blower, motor, inlet silencer, discharge silencer, belts, sheaves, belt guards, flexible connections, safety valve, discharge check valve, instrumentation, controls, and vibration isolators mounted within an acoustical enclosure. Each blower package shall be complete with all spare parts, accessories and appurtenances specified herein or otherwise needed for proper operation. Piping and pipe supports that are outside skids and are not an integral part of the equipment specified herein will be furnished by the CONSTRUCTION CONTRACTOR. One duty and one standby (redundant) positive displacement blower package shall be furnished. 1-2. GENERAL. 1-2.01. Coordination Equipment furnished under this section shall be fabricated and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations furnished by the equipment manufacturer unless exceptions are noted by ENGINEER. Where two or more units of the same class of equipment are required, they shall be the products of a single manufacturer; however, all the component parts of the system need not be the products of one manufacturer. The blower unit shall be a current standard product of the blower manufacturer and shall be a fully shop assembled package by the blower manufacturer or his -- (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) designated representative. All accessory items, including the acoustic enclosure, shall be furnished by the blower manufacturer. 1-2.02. General Equipment Stipulations. The requirements specified in Section 01610, "General Equipment Stipulations," shall apply to the equipment furnished under this Section. 1-2.03. Governing Standards. Except as modified or supplemented herein, all work covered by this section shall be performed in accordance with all applicable municipal codes and ordinances, laws, and regulations which pertain to such work. In case of a conflict between these specifications and any state law or local ordinance, the latter shall govern. All work shall comply with Underwriters' Laboratories (UL) safety requirements. 1-2.04. Power Supply. Unless otherwise indicated, power supply to the equipment shall be 480 volts, 60 Hz, 3 phase. Power supply for controls shall be 120 volts, 60 Hz, single phase. 1-2.05. 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. 1-2.06. Nameplates. Each blower and accessory component having a tag number as indicated on the Shop Drawings or specified herein, shall be provided with a permanent number plate. The location of number plates and the. method of fastening shall be acceptable to ENGINEER. Numerals shall be at least 1 inch high and shall be black baked enamel on anodized aluminum plate. 1-3. SUBMITTALS. 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: Stage I Submittals Drawings and Data. Complete 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. Device tag numbers indicated on the CONTRACTOR -submitted drawings 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: Package Certified letter from CONTRACTOR confirming blower (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) ' I package is fully shop assembled and will meet the performance requirements specified herein. Statement from CONTRACTOR indicating the maximum air pressure drop through the MFS equipment and verifying that the blower units' rated capacity is an acceptable air flow for MFS operation under all conditions. Blowers Mntnrc Name of manufacturer. Type and model. Full rotative speed at rated condition. Blower design maximum rotative speed. Critical speed of the rotor. Type of bearings, AFBMA Lio life rating, and lubrication. Connection sizes. Maximum air temperature at discharge flange. Maximum allowable forces and moments on blower inlet and discharge flanges. Net weight of blower. Net weight of heaviest single component requiring removal for maintenance. Overall dimensions. Complete performance curves showing discharge pressure versus capacity and speed, blower and overall efficiency, and bhp at minimum and maximum ambient air temperatures and at standard conditions. Reduced speed performance curve for each 100 rpm increment at specified conditions including maximum, average, and minimum temperatures and corresponding relative humidities where adjustable frequency drives are required. Shop painting data. Anchor bolt location details. Vibration isolator base pads. Maximum free field noise level at 3 feet. As specified in Section 16220. (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) Controls Blower control panel layout including interior and exterior views. Accessory device data including catalog cut sheets on all control components. Wiring diagrams. Accessories Name of manufacturer. Equipment data indicating overall dimensions, connection sizes, weights and materials of construction, pressure losses, efficiencies, and noise attenuation as applicable. Drawing showing internal silencer baffling and construction. Sound attenuation at each octave band for each silencer. Drawing showing internal construction of each silencer. Stage II Submittals Certified Shop Test Reports (to be submitted before shipping the equipment) Performance curves. Test data. Sample calculations. 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. (City of Lubbock, Texas ) 11636 (Lake Alan Henry WfP ) -4- (Membrane Procurement Package) (161704 ) 1-7. SPARE PARTS. The following spare parts and accessories shall be furnished in substantial wooden boxes with identifying labels and delivered to the Project Site: Spare Parts Number of bearing and seal sets per blower Sets of gaskets (for bearing replacement) per blower. Number of intake filter sets per blower. Number of matched V-belt sets (total for all blowers) Number of drive shaft seal kits per blower PART 2 - PRODUCTS Quantity 1 1 3 1 1 2-1. SERVICE CONDITIONS. All equipment provided under this section shall be suitable for the service conditions specified, as follows: Seismic zone. Barometric pressure Installation Indoor ambient air temperature range. Design maximum inlet air temperature. Design minimum inlet air temperature. Design relative humidity at maximum design temperature. Design relative humidity at minimum design temperature. Inlet pressure at suction flange Discharge pressure at outlet flange Site elevation. (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) Site Class D Seismic Design Category A 13.1 Psia Indoors 60 to 104 OF 100 OF 17 OF 60 % 10 % Assume as 0.4 psi less than atmospheric Maximum water submergence + losses through equipment & piping + a safety factor of at least 0.3 psi 3,156 Ft Parts shall be interchangeable between units of similar size and capacity to extent practical. All equipment furnished shall be designed to meet all specified conditions and to operate satisfactorily at this elevation. 2-2. ACCEPTABLE MANUFACTURERS. Blowers shall be manufactured by Dresser Roots (2-lobe blowers only), Kaeser (3-lobe blowers only), Aerzen (3- lobe blowers only), or equal. 2-3. PERFORMANCE AND DESIGN REQUIREMENTS. Blower units shall be designed for the operating conditions required for the MFS, subject to the following: Blowers Minimum percent of design capacity without surging at full speed. Maximum rotative speed of motor. Ratio of maximum rated blower operating speed at normal motor speed to maximum allowable blower speed. Ratio of rated discharge pressure at blower outlet flange to maximum allowable blower discharge pressure. Motor size Maximum free field noise level with piped inlet and discharge connections at rated operating speed, measured 3 feet from any surface of acoustic enclosure. Maximum overall vibration velocity of blower at any point on the blower skid at rated operating speed Intake & Discharge Filter Silencers Sound attenuation. Octave band 63. Octave band 125. (City of Lubbock, Texas ) (Lake Alan Henry VVTP ) (Membrane Procurement Package) (161704 ) 11636 -6- 60%(or less if required by the MFS) 1,800 rpm 95% 90 % Greater than or equal to max bhp plus belt losses 0.45 in/sec 21 dB Octave band 250. 30 dB Octave band 500. 31 dB Octave band 1000. 31 dB Octave band 2000. 30 dB Octave band 4000. 27 dB Octave band 8000. 22 dB Discharge Flexible Connection Discharge configuration Top Number of arches. 3 Inlet Flexible Connection Suction configuration To be determined by CONTRACTOR Number of arches. 1 2-4. MATERIALS. Casing and Impellers Cast iron or ductile iron. Shafts High carbon steel or ductile iron; turned, ground and polished. Timing Gears Alloy steel. Bearings Antifriction, oil lubricated, AFBMA rated 1-10 for 80,000 hours continuous operation. Base Fabricated steel. 2-5. CONSTRUCTION. 2-5.01. Casings. Casings shall be designed to withstand at least twice the discharge pressure and shall be reinforced with integrally cast ribs. Each casing shall be provided with tapped and plugged openings for casing and bearing drains and fittings for properly adding bearing and gear lubricant. (City of Lubbock, Texas ) 11636 (Lake Alan Henry VVTP ) -7- (Membrane Procurement Package) (161704 ) 2-5.02. Impellers. Impellers shall be reinforced by internal ribs and shall have all outside surfaces machined. Each impeller shall be statically and dynamically balanced. Impellers shall be arranged for vertical air flow through the units. 2-5.03. Shafts. Shafts shall be cast integrally with the impeller or shall pass completely through the impeller. Stub shafts will not be acceptable. Impellers shall be securely attached to through shafts. 2-5.04. Timing Gears. Timing gears shall be enclosed in oiltight housings and shall be splash or pressure lubricated. 2-5.05. Belts and Sheaves. All belts and blower and motor sheaves required for the blower shall be furnished. Belts and sheaves shall be of the heavy-duty W" type with a horsepower rating of at least 1.4 times the motor nameplate horsepower. Belts shall be matched sets. 2-5.06. Base Frame. A full length, common base shall be provided for each blower package. The base frames shall be constructed of cast iron or heavy steel plate and structural members and shall be designed for no measurable deflection with the equipment mounted thereon and the base frame supported from the floor. Each base shall be designed so that all equipment bolted to it can be removed without access to the underside, and for ease of cleaning. Structural stiffeners shall be located under the equipment at the equipment anchor points. A drip lip will not be required. The base shall be suitable for direct attachment to the foundation. Complete support of the inlet and discharge silencers, the blower control panel and the acoustic enclosure shall be from the base frame. The blower supplier shall provide and install silencer supports for each blower package. The intake silencer shall be supported horizontally above the blower and the discharge silencer shall be supported horizontally below the blower. 2-5.07. Silencers. Each blower shall be furnished with a silencer in the suction and discharge piping. Silencers shall be multi -chambered reactive type or combination multi -chambered reactive/absorptive type as required by the blower operating speed. Silencers shall be equipped with ported tubes and air passageways to reduce blower pulsations and system air noise from the blower. There shall be no "line of sight" passages within the silencer design. Each silencer shall be of all -welded steel construction with painted exterior surfaces and flanged connections with diameter and drilling conforming to ASME B16.1, Class 125. The velocity through each silencer shall not be less than 3,000 fpm, but shall be as close to 3,000 fpm as possible. If the CONTRACTOR does not offer the type of silencer specified, the following paragraph shall apply: (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -8- (Membrane Procurement Package) (161704 ) If resonance in the piping occurs, an independent consultant shall be contracted to analyze the noise. If the resonance is the result of pulsations emanating from the blower package, then the CONTRACTOR will be liable for the charges relating to the acoustical analysis and correction of the problem. Correction of the problem will likely involve installation of additional silencers. Additional silencers shall be installed as close to the blower package as possible to prevent resonant piping lengths. The blower shall be initially sized with sufficient additional pressure capability to compensate for the losses through additional silencers in case they are required. Additional silencers shall be as specified herein with low frequency sound attenuation capability. 2-5.08. Acoustical Enclosure. The acoustic enclosure shall be a self-supporting structure housing the blower, motor drive, and intake and discharge silencers and mounted on the package skid base. The enclosure shall be constructed of panels consisting of noise dampening material sandwiched between two aluminum or steel sheets. The enclosure shall be provided with removable panels or hinged sections to allow routine blower and V-belt maintenance. The maximum weight required to be lifted for removal/opening the access openings shall not exceed 50 lbs. Bracing and reinforcing members shall be integral to the enclosure. Blower oil drain piping shall be piped to outside of enclosure and terminated with a threaded pipe cap. Air piping shall be piped to outside of the enclosure and terminate with a pipe flange. The flanges shall be ASME B16.1, Class 125 diameter and drilling and shall extend not less than 4 inches outside of the enclosure for flange bolt removal. All instruments shall be viewable from outside the enclosure. An internal ventilating system shall be provided for the enclosure. The ventilation system shall utilize a 120 volt ac rated electric motor driven ventilating fan to draw ambient air into the enclosure for cooling the enclosed equipment prior to exhausting the air outside of the enclosure. Air inlet and exhaust openings shall have noise abatement features that meet the maximum noise level specified when the ventilating system and blower are operating simultaneously. The ventilating fan shall be powered and controlled through the blower control panel. Thermostats shall be furnished for the acoustic enclosure ventilation fan control with a timer to ensure the ventilation fan continues to run for a time period after the blower shuts off. 2-5.09. Anchor Bolts. Refer to Sections 01610 and 05550. 2-6. ACCESSORIES. - (City of Lubbock, Texas ) 11636 (Lake Alan Henry VVTP ) -9- (Membrane Procurement Package) (161704 ) 2-6.01. Special Tools and Accessories. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories needed for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 2-6.02. Intake Air Filters. Intake air filters shall be provided, 1 per blower; configuration shall be bottom outlet. The titer element type shall be polyester felt. Acceptable manufacturers are Stoddard, Universal, and Endustra, or equal. Each filter shall be of all -welded steel construction with prime painted exterior, replaceable dry filter element, and flanged outlet connection with diameter and drilling conforming to ANSI B16.1, Class 125. Filters shall be suitable for continuous weather exposure in exterior locations and shall be supported at least 3 feet above the surrounding grade. Clear maintenance space of at least 3 feet shall be provided on all sides where filter panels are mounted. Minimum filter particle arrestance shall be 98% for 10 micron and larger particles. Maximum initial (clean) pressure loss through intake filter unit, including housing and elements: 2.5 in. WC. The intake filter shall be sized for a maximum filter housing face velocity of 400 feet per minute and shall connect to the suction piping without reducers. 2-6.03. Blowoff Silencers. Blowoff silencers shall be provided for installation in the piping — 1 per blower. Acceptable manufacturers are Stoddard, Universal, or equal. When silencers containing absorptive material are used, packing shall be suitable for continuous operation at 300°F. Packing shall be the polyester fiber type. Hole sizes in the ported tubes within each combination silencer shall be as small as possible to reduce packing blowout. Each silencer shall be of all -welded steel construction with prime painted exterior surfaces and flanged connections with diameter and drilling conforming to ANSI B16.1, Class 125. Silencers shall be sized in accordance with the silencer manufacturer's recommendations. Silencer connection sizes shall match connecting pipe sizes. 2-6.04. Vibration Isolator Base Pads. Vibration isolator base pads shall be provided for each blower by the CONTRACTOR as recommended by the blower manufacturer. (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -10- (Membrane Procurement Package) (161704 ) 2-6.05. Valves. 2-6.05.01. Safety Valves. Each blower shall be provided with a safety valve as recommended by the blower manufacturer. The safety valves shall be capable of protecting the blowers from damage due to operation with a closed discharge valve. For valves smaller than 2 inch, valves shall be spring loaded type. For valves 2 inch and larger, the safety valves shall be weighted type, anodized aluminum, as manufactured by Pathfinder Systems, Inc or equal. Weights shall be chrome zinc plated and provided in half pound increments for settings below 15 psig. The valves shall be suitable for temperature up to 300°F. Set points shall be at least 1 psi above the rated blower discharge pressure. 2-6.05.02. Check Valves. An air check valve shall be installed in the discharge piping from each blower downstream of the discharge silencer inside the acoustic enclosure. Check valves shall be provided with flanged ends or shall be suitable for installation between pipe flanges. Check valves shall be suitable for use with rotary positive displacement blowers and for operation at all temperatures between 0°F and 300°F. Check valves shall be Techno Corporation "silent seatless type", US Valve of Englewood, NJ, or equal. 2-6.06. Pressure Gauges. A pressure gauge shall be furnished for monitoring pressure in the discharge piping of each blower. The pressure gauge shall be mounted on the blower control panel. The sensing tubing installation shall not require disassembly for normal maintenance of the blower, motor or V-belts. Pressure gauges shall conform to ANSI B40.1 and shall be of the indicating dial type with C type phosphor bronze bourdon tube, stainless steel rotary -geared movement, phenolic open front turret case, adjustable pointer, stainless steel or phenolic ring, and acrylic plastic or shatterproof glass window. All gauges shall be ANSI Accuracy Grade A. Gauges shall be liquid filled, and sealed to prevent leakage. The dial shall be 4-1/2 inch size with white background and black markings and shall have dual English and metric indication. The English units of measurement shall be pounds per square inch. The metric units of measurement shall be kilopascals. The range for each gauge shall be as needed for pointer travel to be not less than 200 degrees or more than 270 degrees. Gauges shall be provided with a pressure snubber. Each snubber shall be of the size and pressure range compatible with the gauge served. All gauges shall be provided with 1/2 inch NPT connections. Each gauge shall be provided with a ball type shutoff valve installed at the blower discharge piping connection. (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -11- (Membrane Procurement Package) (161704 ) 2-6.07. Pressure Switches. A pressure switch shall be furnished and installed in the discharge piping of each blower and furnished for installation across each intake filter. Each switch in the blower discharge piping shall have an adjustable range of 0 to 15 psig and shall be set lower than the relief valve setting. Each switch across the intake filters shall have an adjustable range from 0 to 10 inches water column vacuum. Each pressure switch shall be field adjustable and shall have a trip point repeatability of better than 1 percent of actual pressure. Each switch shall have one normally open and one normally closed contact rated 10 amps at 120 volt ac. Each switch shall be wired to the blower control panel and shall shut down the blower on high discharge pressure or high pressure drop across the filter. Each switch shall have a weatherproof NEMA 4 housing. Switches shall be manufactured by Ashcroft, Barksdale, Mercoid Controls, S.O.R., or equal. 2-6.08. Draft Gauges. A draft gauge having a range from 0 to 10 inches water column shall be furnished for installation across each intake filter. The gauge shall have a minimum 3-1/2 inch dial, pressure taps, fittings for 1/4 inch metal tubing, vent valves, mounting brackets, and an adjustable signal flag. 2-6.09. Thermometers. A thermometer shall be provided for monitoring of temperature in the discharge piping. The thermometer shall be mounted on the blower control panel. The capillary routing shall not require disassembly for normal maintenance of the blower, motor or V-belts. Thermometers shall be of the remote reading gas actuated dial type. Thermometers shall have a minimum dial size of 4-1/2 inches, an adjustable pointer, shall be accurate within 1 percent of full scale. Thermometers shall have both Fahrenheit and Celsius indication. Thermometers shall be furnished complete with a uniformly graduated dial indicator, armored capillary tube, bulb or temperature sensor, and thermowell. Thermometer ranges shall be such that the normal operating reading will be near the midpoint of the range. The units of measurement shall be indicated on the dial face. Spare capillary length shall be neatly coiled and tied. 2-6.10. Temperature Switches. Temperature switches shall be remote bulb type with one normally open and one normally closed contact rated 10 amps at 120 volt ac. Temperature switches shall have NEMA 4 housings, stainless steel thermal well assemblies, and armored capillaries. Capillary length shall be sufficient for convenient mounting. Each temperature switch shall be wired to the (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -12- (Membrane Procurement Package) (161704 ) blower control panel and shall shut down the corresponding blower on high discharge air temperature. Unless otherwise indicated, mounting and installation hardware shall be AISI Type 316L stainless steel. Temperature switches shall be Ashcroft, or equal. 2-6.11. Flexible Connections. An elastomeric, arched type flexible connection shall be provided in the suction and discharge piping adjacent to each blower as specified herein. Each flexible connection shall be sized to allow piping movement without exceeding the blower manufacturer's force allowance at the blower flange. The number of arches shall be as specified herein or as needed to meet the specified spring rates and movement capabilities. The inlet connection shall be suitable for 7 psi vacuum service and the discharge connection shall be suitable for a pressure of 15 psig. Suction flexible connectors shall be single arch, Mercer "Type 450" cr equal. Discharge flexible connectors shall be three -arch type, rated for at least 3000 F or the maximum blower discharge pressure, whichever is greater, and shall be Mercer "Type 450" with "Type 500" retaining rings and Kevlar reinforcement, or equal. 2-7. BALANCE. All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practicable. Excessive vibrations 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 maximum overall vibration velocity as measured at any point on the blower skid at rated operating speed shall be 0.45 inches per second, 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. 2-8. DRIVE UNITS. Each blower shall be driven by an electric motor through a belt drive. Drive units shall be designed for 24 hour continuous service. 2-8.01. 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 1.6 times the motor nameplate horsepower of the drive motor. 2-8.02. Safety Guards. All belt drives, 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 or thicker galvanized or aluminum -clad sheet steel or from 1/2 inch mesh galvanized expanded metal. Each guard shall be designed for easy installation and removal. All necessary supports and (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -13- (Membrane Procurement Package) (161704 ) 1 accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. 2-8.03. Electric Motors. Electric motors shall be in accordance with the requirements of Section 16220. Motors used with adjustable frequency drives shall be rated for inverter service 2-9. CONTROLS. 2-9.01. Adjustable Frequency Drives. If required for the MFS design, adjustable frequency drives will be furnished by the CONTRACTOR and installed by the CONSTRUCTION CONTRACTOR. The blower manufacturer shall review the adjustable frequency drive data, for matching the motor and drive, and for coordinating the collection of data and the design effort to limit harmonics to the levels specified. Adjustable frequency drive controllers will provide to the blower control panel one normally open dry motor run contact. The contact will close when the blower motor is started and will open when the blower motor is stopped. Adjustable frequency drives shall be as specified in Section 16150. 2-9.02. Blower Motor Starters. Blower motor starters will be provided by the CONSTRUCTION CONTRACTOR. Motor starters will provide to the blower control panel one normally open dry motor run contact. The contact will close when the blower motor is started and will open when the blower motor is stopped. 2-9.03. Blower Control Panel. Each blower shall be furnished with a blower control panel. The blower control panel shall be furnished with all gauges, relays, pilot devices, indicators, etc., required to monitor and shutdown its respective blower for the following conditions: high discharge air temperature, high discharge pressure, and high differential pressure across intake filter. In addition, the blower control panel shall shutdown its respective blower for the motor and blower vibration specified. Blower Instrumentation and Control equipment, HMI, and PI -Cs shall comply with all requirements of the Instrumentation and Control System specifications. The control panel shall be mounted separate from the blower package, and outside of the acoustic enclosure to prevent vibration from affecting panel mounted components. All components installed in or on the panel shall be rated for the control power supply specified. If voltages other than the specified control power supply are required, the panel supplier shall furnish the required control power transformers. (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -14- (Membrane Procurement Package) (161704 ) Provide skid mounted termination boxes for control and instrumentation wiring required to be connected to the associated control panel. Termination boxes shall be NEMA 4X stainless steel. Terminal blocks shall match those used in the control panel. The blower control panel shall provide two dry output contacts, one to start and one to stop which shall be available for use by the remote blower motor starter. Both contacts shall be non -maintained type. The start contact shall close when the blower start pushbutton is pushed, and the stop contact shall close when the stop pushbutton is pushed. The control panel shall be provided with a Local -Off -Remote selector switch. Provide an auxiliary Remote dry contact for remote monitoring. Provide start and stop pushbuttons for local control. When in the remote position the blower control panel shall be capable of receiving momentary dry contact input signaling for both blower start and blower stop. The blower control panel shall utilize interposing relays and retransmit the start/stop command to the blower starter utilizing the same non -maintained start and stop contacts specified above. The control panel shall be furnished with a white control power on indicating light. The control panel shall be furnished with amber indicating lights for blower motor vibration warning, and/or blower vibration warning as required. The control panel shall be furnished with red alarm indicating lights for blower motor vibration shutdown, and/or blower vibration shutdown. The control panel shall be furnished with red indicating alarm lights for high discharge air temperature,. high discharge pressure, and high differential pressure across intake filter. For all conditions above requiring red indicating lights control relays shall be furnished in the panel with normally open dry contacts rated 10 amps at 120 volt ac for remote annunciation of the condition. In addition, all alarm conditions shall be combined in the panel to generate a o:)mmon alarm. The common alarm relay shall be furnished with one normally open and one normally closed contact each rated 10 amps at 120 volt ac. The normally open contact shall be used for remote annunciation and the normally closed contact shall be wired to the respective blower starter or controller for shutdown purposes. The panel shall be furnished with a manual alarm reset pushbutton and all alarm conditions shall require a manual reset before the alarm condition and contact is cleared. (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -15- (Membrane Procurement Package) (161704 ) The panel shall be furnished with a warning and alarm light test pushbutton that illuminates all panel mounted lights when pushed. 2-9.04. Panel Fabrication Requirements. The control panel furnished shall conform to the requirements of NEMA ICS-6. Panels shall be rated NEMA Type 4 and shall be constructed from stainless steel. All panel wiring shall be of the type normally furnished by the manufacturer with the following exceptions. All power and control wiring for 120 volt circuits shall be stranded copper #12 AWG minimum. All power and control wiring shall have a 600 volt insulation rating and a nominal maximum operating temperature of 90 degrees C. All analog circuits shall be #16 AWG twisted shielded pair rated for at least 300 volts. Conductor insulation br power, control, and analog circuits shall have a moisture -resistant and flame-retardant covering. All wiring shall be grouped or cabled and firmly supported inside the panel. Wiring shall be bundled in groups and bound with nylon cable ties or routed in Panduit or similar nonmetallic slotted ducts. Ducts shall be readily accessible within the panel, with removable covers, and with space equal to at least 40 percent of the depth of the duct remaining available for future use after completion of installation and field wiring. Sufficient space shall be provided between cable groups or ducts and terminal blocks for easy installation or removal of cables. The power entrance to each panel shall be provided with a surge protection device. Surge protectors shall be nominal 120 volts ac with a nominal clamping voltage of 200 volts. Surge protectors shall be of nonfaulting and noninterrupting design, with a response time not to exceed 5 nanoseconds. Surge protectors shall be manufactured by Innovative Technology, Power Integrity Corporation, or Transtector. Terminal blocks shall be suitable for 12 AWG wire and shall be rated 30 amperes at not less than 300 volts. Terminal blocks shall be fabricated complete with marking strips, covers, and pressure connectors. Terminals shall be labeled to agree with the identification on the submittal drawings. A terminal shall be provided for each conductor of external circuits, plus one ground for each shielded cable. At least 25 percent spare terminals shall be provided. Not less than 8 inches of clearance shall be provided between the terminal strips and the base of vertical panels for conduit and wiring space. Nameplates shall be provided on the face of each panel and on each individual control or pilot device. Panel nameplates shall be made of laminated phenolic material with engraved letters approximately 3/16 inch high extending through the black face into the white layer, and shall be secured firmly to the panel. (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -16- (Membrane Procurement Package) (161704 ) All control and pilot devices furnished shall be NEMA 4 rated, heavy duty oiltight. All indicating lights shall be LED type. 2-9.05. Vibration Detection Systems. Solid state vibration detection systems shall be furnished and installed to monitor vibration in each blower bearing and motor bearing. Vibration detection system shall be manufactured by Robertshaw Vibraswitch Model 376A-A3-F4, without exception. The vibration detection system shall be rated for a 120 volt ac supply voltage obtained from the blower control panel. 2-9.06. Factory Test. Before shipment, the panels shall be electrically tested by the manufacturer. 2-9.07. Sequence of Operation. The blower sequence of operation shall be as indicated below: Startup Sequence: 1. Open blowoff valve when a blowoff valve is required for reduced starting load. 2. Energize blower motor. 3. Close blowoff valve when a blowoff valve is required for reduced starting load. 4.. Reduce speed on machines with variable frequency drives, if needed, to reach desired operating point. Shutdown Sequence: 1. De -energize blower motor. 2-10. SHOP PAINTING. All steel and iron surfaces shall be protected by suitable coatings applied in the shop. Surfaces 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 (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -17- (Membrane Procurement Package) (161704 ) with an oil -resistant enamel or universal type primer suitable for top coating in the field with a universal primer and aliphatic polyurethane system. Machined, polished, and nonferrous surfaces shall be coated with rust -preventive compound. 2-11. SHOP TESTS. Variable speed blowers shall be tested over the entire required capacity range. 2-11.01. Operational Test. Each blower shall be shop tested by the manufacturer for vibration and pressure developed and shall be checked for leaks, faulty components and controls. 2-11.02. Slip Test. A slip test shall be performed on each blower. The test shall consist of an ASME PTC-9 slip test, with calculations correcting the results to field conditions, to ensure compliance with specifications. Pressure shall be guaranteed with no minus tolerance. Flow and brake horsepower shall be guaranteed +/- 4 percent as long as the motor nameplate rating is not exceeded. 2-11.03. Vibration Test. A vibration test shall be performed on each blower. When the vibration test indicates an overall vibration velocity greater than 0.45 inches per second, the manufacturer shall be responsible for performing and reviewing a fequency analysis. The manufacturer shall make corrections as necessary, and confirm that the vibration velocity will not be detrimental to the equipment. An overall vibration velocity greater than 1.0 inch per second shall be sufficient cause for rejection of the equipment. Defective equipment and controls disclosed by the tests shall be replaced and each unit placed in satisfactory operating condition before shipping. Six certified copies of the test report complete with performance curves, data, and all calculations shall be submitted. PART 3 - EXECUTION 3-1. INSTALLATION. The equipment will be installed by the CONSTRUCTION CONTRACTOR in accordance with the CONTRACTOR's and blower manufacturer's recommendations. 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 installations as specified in Section 01620. (City of Lubbock, Texas ) 11636_. (Lake Alan Henry WTP ) -18- (Membrane Procurement Package) ; (161704 ) i 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 manufacturer have been completed. The manufacturer's representative shall \erify: a. Each blower discharge isolation valve is fully open. b. Each check valve is properly installed. c. Piping is installed such that excessive force is not being exerted on the blower flanges. d. No resonance vibration conditions are occurring within the blower package. 3-2.03. Startup and Testing. Startup and testing requirements shall be as specified in Section 01650. Each blower shall be mechanically checked for proper operation. Each alarm and safety shutdown shall be checked by artificially simulating an alarm condition. Defective equipment and controls disclosed by the tests shall be replaced or corrected, and the packages placed in satisfactory operating condition. The following items shall be measured, recorded, and submitted in a field test report: a. Discharge pressure, each blower. b. Discharge temperature, each blower. c. Differential pressure across each intake filter unit. d. Pressure and temperature at downstream end of piping system and at any measurement taps provided. e. Flow measurements at any flow meters provided. f. Outdoor ambient temperature. g. Indoor ambient temperature. h. Barometric Pressure. (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -19- (Membrane Procurement Package) (161704 ) Test reports shall verify that the specified tests have been performed and shall state results. 3-3. TRAINING. Blower manufacturer and CONTRACTOR shall provide training as specified in Section 01660. End of Section (City of Lubbock, Texas ) 11636 (Lake Alan Henry WTP ) -20- (Membrane Procurement Package) (161704 ) Section 11727 LIQUID CHEMICAL FEED EQUIPMENT PART 1— GENERAL 1-1. SCOPE. This section covers the furnishing of liquid chemical feed equipment and accessories. CONTRACTOR shall furnish all equipment and accessories required for the Membrane Filtration System (MFS) specified in Section 13030. Chemical storage equipment, valves, and accessories that are part of the MFS, but are not an integral part of the equipment or specified herein, are covered in other sections. Pipe and pipe supports are to be provided by the CONSTRUCTION CONTRACTOR. 1-2. GENERAL. Equipment furnished under this section shall be fabricated and assembled in full conformity with specifications, engineering data, instructions, and recommendations of the equipment manufacturer, uiless exceptions are noted by ENGINEER. Each item shall be furnished complete with all mechanical and electrical equipment required for proper operation, all components specified and all additional materials or construction required by the design of the system. 1-2.01. General Equipment Stipulations. The requirements specified in Section 01610, "General Equipment Stipulations," shall apply to the equipment furnished under this Section. 1-2.02. Governing Standards. Except as modified or supplemented Imrein, all work covered by this section shall be performed in accordance with all applicable municipal codes and ordinances, laws, and regulations. In case of a conflict between these specifications and any state law or local ordinance, the latter shall govern. All work shall comply with Underwriters' Laboratories (UL) safety requirements. 1-2.03. Power Supply. Power supply to equipment shall be a single 480V, 3-phase, 60Hz for all motors 'h HP and larger or 120V, 1-phase, 60Hz for all motors below '/ HP. Power supply to the controls shall be derived from the single power supply provided to the equipment If more than one voltage is required, the manufacturer shall supply any transformation equipment and shall supply, install, and terminate all wiring to provide a complete and operational system. .v. (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) 1-2.04. Metal Thickness. Metal thickness and gages specified herein are minimum requirements. Gages refer to US Standard gage. 1-2.05. Lubrication. Refer to Section 01610, General Equipment Stipulations. 1-2.06. Abbreviations. Reference to standards and organizations herein shall be as indicated by the following designations: ANSI American National Standards Institute NEC National Electrical Code NEMA National Electrical Manufacturers Association NPT National Pipe Thread USS United States Standard 1-2.07. Interchangeability. Similar components of different chemical feed systems shall be from the same manufacturer to facilitate maintenance and stocking of repair parts. Whenever possible, identical units shall be furnished. 1-2.08. Calibration Graphs. The supplier shall prepare a calibration graph from field tests for each chemical feed unit which does not have a rate set device reading in gallons per hour for liquid feeders. The graph shall show the rate setter graduation conversion to pounds per hour or gallons per hour throughout the range of the feed unit. Each graph shall be furnished on hard paper and sealed in clear plastic. 1-3. SUBMITTALS. CONTRACTOR shall submit the following items in accordance with the requirements specified in Section 01300, "Submittals." Items requiring submittals shall include, but not necessarily be limited to, the following: Stage I Submittals 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 a part of each system being furnished. Equipment tag numbers or identifications specified shall be referenced where applicable. Where the submittal data covers more than one specific model or range of device, data shall be clearly marked to indicate the specific device model number and other special features. The shop drawings and engineering data shall include the following: Pumps Name of manufacturer. (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) Type and model. Size of suction nozzle. Size of discharge nozzle. Net weight of pump only. Air, power requirements. Statement of chemical compatibility. Pump Skid Assemblies Net weight of pump skid. Size of all connection points. Anchorage requirements. Anchor bolt data, including ICBO report (if applicable). Motors As required in section 16220. P&ID's shall be submitted for each chemical feed system. The P&ID's shall reflect piping, valves, and equipment from the pump suction of the day tank/ tote to the feed point. Detailed drawings of each pump skid and day tank, included isometrics, shall be submitted for each chemical system. 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 specified in Section 01620. during installation and testing as 1-6. OPERATION AND MAINTENANCE DATA AND MANUALS. Submit O&M Manuals in accordance with the requirements specified in Section 01730. 1-7. 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 Project Site. As a minimum, the spare parts shall include the following: For each type of chemical transfer or 1 complete replacement metering pump pump, including motor and accessories. - (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) z (161704 ) For other equipment and accessories, a list of recommended spare parts with pricing shall be provided during the submittal phase. PART 2 — PRODUCTS 2-1. LIQUID CHEMICAL FEED SYSTEM. Liquid chemical feed equipment shall be furnished with all components necessary for operation and all additional materials required by the design of the MFS and necessary for installation. The equipment supplied shall be as specified. Chemical feed equipment shall be of substantial construction with all parts designed for long life under working conditions, including corrosive atmospheres and intermittent or continuous operation. All wearing parts and items requiring adjustment shall be readily accessible. Each unit shall be completely enclosed and dusttight when in operation. All parts which are exposed to corrosive conditions shall be made from corrosion -resistant materials or covered with suitable protective coatings. Materials of construction shall be selected for maximum chemical resistance and structural strength. Appurtenances shall be constructed of materials consistent with the selected piping materials. All motors, pumps, control panels, instrumentation and control devices shall be mounted on a common skid with all power and control wiring between the skid mounted devices being supplied, installed, and terminated by the CONTRACTOR. The CONTRACTOR supplied skid shall only require the field connection of power, piping, and control wiring to be fully functional. Skids shall be of substantial construction, shall be constructed of a material resistant to the pumped solution, and shall have an open construction such that there is unobstructed access to the controls, pump head, pump check valves, valves, pipe appurtenances, and control panels. The skid shall have a footprint such that it can fit in the space allocated. The MFS chemicals and properties shall be as follows: Chemical Concentration Specific Gravity Sodium hypochlorite 12% 1.18 Sodium hydroxide 25 - 50% 1.28 —1.53 Sodium bisulfite 25 - 38% 1.19 —1.31 Citric acid 50% 1.24 Sulfuric Acid 93% 1.84 The sodium hypochlorite day tank and transfer/metering pumps will be located approximately 100 feet from the membrane room on a floor level approximately (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) I (161704 ) above the membrane room floor. All other tote/day tanks will also be located approximately 100 feet from the membrane room, but at a floor elevation of approximately 6 feet above the floor elevation of the membrane room. All chemical discharge piping will be required to pass above approximately elevation before entering the membrane room. 2-2 CHEMICAL FEED PUMPS. The CONTRACTOR shall furnish chemical feed pumps to dispense chemicals of the specified characteristics from the storage tanks / totes to the points of application as required for MFS operation. Chemical feed pumps shall be of the chemical transfer type or the chemical metering type. The pump type shall be selected at the CONTRACTOR's option from the alternatives specified in the below paragraphs. 2-2.01. Transfer Pumps. When selected by the CONTRACTOR, transfer pumps shall be furnished based on the specifications indicated below. Two transfer pumps shall be furnished and installed for each chemical service. One will serve as a duty pump and the other will serve as a standby pump. Each pump shall include continuous local manual mechanically controlled metering, and, when required, automatically controlled metering of solution under the specified conditions and requirements. Transfer pumps and accessories shall be constructed from materials resistant to the effects of the chemical being pumped as determined by the manufacturer and accepted by the ENGINEER. 2-2.01.01 Air -Operated Double Diaphragm Transfer Pump. Air diaphragm transfer pumps shall be air -powered, double diaphragm pumps with a manually operated air inlet throttling valve, air supply rotameter, manually operated air inlet shutoff valve, an air inlet solenoid valve, a free -flowing air exhaust muffler, a filter, and a lubricator. All air supply components required for each double diaphragm transfer pump shall be provided pre -wired on a 3/4" thick HDPE back panel complete with an ON -OFF -REMOTE selector switch. Pumps shall be Wilden, Warren Rupp, or equal. Each pump shall have a surge suppressor connected to the chemical discharge piping. The surge suppressor shall automatically charge and vent air to maintain the most efficient air volume and pressure regardless of the pump pressure. The pumps shall be supplied air from the compressed air system. The air supply may contain oil carryover from the compressors, and water in both aerosol and vapor form. Any filters or dryers required due to the quality of the service air supplied shall be furnished. (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) 3 The pump casing shall permit the removal of the reciprocating element without disconnecting the piping. Casing parts shall have registered fit to maintain alignment. Each pump shall be of the bolt through design, pumps using clamps to hold the casing together shall not be acceptable. Each pump shall be connected to the air supply and chemical suction and discharge piping with flexible hose. The flexible hose shall be compatible with the chemical service and shall be supplied with the pump. The air discharge from the exhaust muffler shall be piped for routing to a sump or trench to prevent chemical spray upon personnel in the event of a diaphragm failure. 2-2.01.02. Transfer Pump Controls. Each pump shall be furnished with a control panel incorporating circuit breaker type disconnect and motor starter with thermal overload protection or controls for air supply solenoid valves. The control panel shall include an ON/OFF/AUTO control selector switch and red "RUNNING", green "OFF", and white "ALARM" indicating lights. In "AUTO", the pump will start and run in response to an external command, programmed by the CONTRACTOR. In both "ON" and "AUTO" control modes, pump operation will be shut down upon receipt of either the "DAY TANK/ TOTE LOW LEVEL" interlock or the "DAY TANK/ TOTE LOW -LOW LEVEL" alarm signal, provided by the CONTRACTOR. The "DAY TANK/ TOTE LOW -LOW LEVEL" signal shall act as a backup to the "DAY TANK/ TOTE LOW LEVEL". The transfer pump control panel shall be provided with normally open contacts prewired to terminals for external connection by others, corresponding to status signals "TRANSFER PUMP FAIL", "TRANSFER PUMP RUNNING", "TRANSFER PUMP AUTO", and control signals "DAY TANK LOW LEVEL", and "DAY TANK LOW -LOW LEVEL". 2-2.02. Metering Pumps. When selected by the CONTRACTOR, metering pumps shall be furnished based on the specifications indicated below. Two metering pumps shall be furnished and installed for each chemical service. One will serve as a duty pump and the other will serve as a standby pump. Each metering pump shall include continuous local manual mechanically controlled metering and, when required, electrically controlled metering of solution under the specified conditions and requirements. The horsepower rating of each metering pump shall be based on the operating discharge back pressure, and the motor shall be not less than the indicated pump horsepower. (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) Materials of construction shall be selected by the CONTRACTOR to achieve resistance to the pumped solution, as acceptable to ENGINEER. Materials of construction shall provide maximum chemical resistance and structural strength. Wetted parts for sodium hydroxide service shall be 316 stainless steel. Required flows shall be accommodated at a maximum stroke speed of 100 spm and a minimum 20 spm, and a minimum stroke length of 10%. For sodium hypochlorite or other effervescing services the minimum stroke length shall be 40%, maximum stroke speed shall be 125 spm, and minimum stroke speed shall be 20 spm. All wiring shall be furnished complete and ready for connection of a single external power circuit. Metering pumps for sodium hypochlorite service shall be furnished with a degassing head or degassing device. 2-2.02.01. Diaphragm Metering Pumps. 2-2.02.01.01. Hydraulic Diaphragm Metering Pumps. If selected by CONTRACTOR, the pump shall be of the positive displacement type, using a _v hydraulic plunger actuated diaphragm. The pumps shall have an integrally molded O-ring for installation in the pump housing. Diaphragms relying solely on friction and compression of the diaphragm material for installation and leak prevention will not be acceptable. Hydraulic diaphragm metering pumps shall have an internal drive shaft connected to a mmtor with support bearings on both ends within the gear case. Each pump shall have one or two individually adjustable heads as required. The pumps shall have Inlet and outlet check valves of the single or double valve type as required, with valve housing which are removable without disassembly of the pipe fittings. Each pump liquid end shall be equipped with separate and complete external manual mechanical capacity control to provide capacity adjustment without the use of tools and while the pump is running. All moving parts shall be totally enclosed and self-lubricating. When required for the MFS design, each pump liquid end shall include a diaphragm failure detection and alarm switch which shall promptly stop the pump drive motor and provide an alarm signal to the control enclosure "Fail' indicating light on leakage of the pump diaphragm. (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) Each pump shall be mounted on a structural steel or cast iron base to be set on a concrete basepad and shall include a self-lubricating speed reducer. 2-2.02.01.02. Mechanical Diaphragm Metering Pumps. If selected by CONTRACTOR, the pump shall be of the positive displacement type, using a mechanical plunger actuated diaphragm. Diaphragms relying solely on friction and compression of the diaphragm material for installation and leak prevention will not be acceptable. Mechanical diaphragm metering pumps shall have an internal drive shaft connected to a motor with support bearings on both ends within the gear case. Each pump shall have one or two adjustable heads as required. When requiredfor the MFS design, the pumps shall be provided with multiple step motor drive pulleys to allow selection of various stroke rates to cover the specified feed range. Each pump liquid end shall be equipped with separate and complete external manual mechanical capacity control to provide capacity adjustment without the use of tools and while the pump is running. All moving parts shall be totally enclosed and self-lubricating. When required for the MFS design, each pump liquid end shall include a diaphragm failure detection and alarm switch which shall promptly stop the pump drive motor and provide an alarm signal to the control enclosure "Fail" indicating light on leakage of the pump diaphragm. Each pump shall be mounted on a structural steel or cast iron base to be set on a concrete basepad and shall include a self-lubricating speed reducer. 2-2.02.01.03. Automatic Feed Rate Adjustment. Each metering pump shall be furnished with automatic feed rate adjustment. For chemical feed rates requiring a turndown of 5 to 1 or less either automatic stroke length or automatic stroke speed control shall be provided. For chemical feed rates requiring a turndown greater than 5 to 1 automatic stroke length control shall be provided. a) Automatic Stroke Length Control. At the option of the CONTRACTOR, if needed for proper operation of the MFS, each pump liquid end shall be equipped with an electric stroke length actuator. The actuator shall operate from a local and remote input signal, as required. The input signal shall be 4-20 mA dc, and shall be ungrounded type with an input resistance of not more than 250 ohms. The signal shall be received in a NEMA Type 4X control enclosure mounted on or adjacent to, and prewired to the pump. Power supply to control enclosure shall be 120 volts ac, single phase, 60 Hz. (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -8- (Membrane Procurement Package) (161704 ) I The rate set control enclosure shall include a "Local -Remote" selector switch and a potentiometer capacity setter graduated 0 to 100 percent. When the selector switch is in the "Local" position, the stroke length shall be controlled from the local potentiometer capacity setter. When the selector switch is in the "Remote" position, the stroke length shall be controlled from a 4.20 mA remote input signal. The capacity controller shall provide a 4-20 mA output "feedback" signal proportional to stroke length for remote indication. The rate set control station shall also provide an isolated contact for remote indication of the selector switch in "Remote". Terminal blocks shall be provided for connection of all external wiring. Each device shall have a nameplate indicating the controlled unit. The enclosure shall be furnished by the metering pump supplier. b) Automatic Stroke Speed Control. Each pump motor shall be equipped with electric speed adjustment to operate from an SCR controller. The signal input shall be 4-20 mA dc, and shall be ungrounded differential type with an input resistance of not more than 250 ohms. The controller shall accept either the remote signal or a manual rate control signal at the controller, and vary the do voltage to the motor, with feedback as required to attain the desired rate. In addition to the manual rate setter, the controller shall contain a rate indicator on the front panel, with "Local - Remote", and main "On -Off' selector switches. The rate controllers shall be mounted adjacent to the pumps and shall be furnished with an engraved nameplate indicating the controlled unit. Each controller shall operate from a 120 volt, single phase, 60 Hz power supply, or 480 volt, three phase, 60 Hz and shall be mounted in a NEMA Type 4X enclosure. "High" and "Low" speed alarm switches shall be included to alarm motor or controller failure. 2-2.02.01.04. Pump Accessories. Each metering pump shall be furnished with the following accessories, as appropriate for the service conditions: • Flexible tubing • Pipe adapters • Calibration column • Belt guard • One pressure gauge in the discharge piping • One back pressure valve, factory adjusted for the back pressure recommended for the pump. • One internal pressure relief valve sized to pass the maximum displacement of the pump. The pressure setting shall be as recommended by the pump manufacturer. L (City of Lubbock, Texas ) 11727 (Lake Alan Henry V TP ) -9- (Membrane Procurement Package) (161704 ) • One external pressure relief valve. • One vent valve. • One properly sized diaphragm type pulsation dampener in each pump's inlet and/or discharge piping arrangement. Each chamber shall be fabricated of materials resistant to the pumped solution, and shall include an air charging valve and air gauge. The chamber shall be sized to limit pressure surges to between 5 and 10 percent of mean pressure. • One strainer installed in the inlet piping. The strainer shall be transparent PVC bodied Y pattern with 8 mesh [8 spaces per 25mm] screen and O-ring seals. In sodium hydroxide service the strainer shall be carbon steel body with 316 stainless steel screen. In sulfuric acid service the strainer shall be Carpenter 20-Cb-3. • If required for proper chemical feed system operation, automatic flushing equipment to flush the pump and connected discharge piping system on timed frequency and duration, and to provide a flush period when the pump is turned "OFF". 2-2.02.01.06. Diaphragm Metering Pump Controls. For variable speed diaphragm metering pumps, the pump supplier shall provide a local control panel for each pump. The control panel shall house the SCR drive and control components required for operation of the metering pump as specified herein. The control panel shall be a fiberglass or 316 SS NEIVIA Type 4X enclosure suitable for wall or floor mounting. All wiring terminals shall be furnished complete and ready for connection to the external power supply, the remote pump controls, and the pump and pump mounted devices. Each control panel shall be provided with an engraved nameplate indicating the controlled unit, and nameplates for all major components contained on the panel face and within the control panel. Control panels for variable speed diaphragm metering pumps shall have an "On - Off -Remote" switch and local speed adjustment on the panel front. When "On" is selected, the pump shall run and speed shall be adjusted using the local controls. When "Remote" is selected, start/stop control shall be by a normally open contact input to the panel, and speed control shall be by a 4-20 mA input. Push -to -test indicating lights shall be provided on the panel front for "Running", "Stopped", and "Drive Failure". These indicating lights shall be red, green, and amber respectively. Where a diaphragm leak detection system is specified to be provided for the pump, the pump shall shut down on diaphragm leakage and an amber "Diaphragm Failure" push -to -test indicating light on the panel front shall illuminate. LCD or similar type display functions are acceptable alternatives to indicating lights. (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -10- (Membrane Procurement Package) (161704 ) Outputs shall be provided from panels for variable speed diaphragm metering pumps as follows: In Remote (NO dry contact) Running (NO dry contact) Fail (NO dry contact) Speed (4-20 mA) Stroke Length (4-20 mA), where electronic stroke length control is provided The signal controlling the Fail contact shall be generated by the SCR drive. Where high discharge pressure and/or diaphragm leakage is monitored, the Fail contact shall include these conditions. Manual reset of the failure condition shall be required at the control panel. Where an electronic stroke length controller is used, the controller shall be provided with a "Local -Remote" switch. When "Remote" is selected, stroke length adjustment shall be by a 4-20 mA input signal. When "Local' is selected, stroke length control by the 4-20 mA input signal shall be disabled and stroke length shall be adjusted manually. A4-20 mA output signal proportional to stroke length shall also be provided. The controller and related devices shall have NEMA 4X enclosures. 2-2.02.02 Solenoid Actuated Metering Pumps. If selected by CONTRACTOR, solenoid -actuated metering pumps shall be of the electronic solenoid pulse type diaphragm construction, consisting of a simplex pump head and double ball check valves on both the inlet and outlet. The pump drive power supply shall be rated 120 volts, single phase, 60 Hz. The pump driver shall have only one moving part (the armature diaphragm assembly) and shall require no lubrication during service. The pump head, diaphragm assembly, and check valves shall be designed for use with high viscosity solutions. The pump shall be furnished complete with grounding plug and cord. Each solenoid actuated metering pump shall be manually adjustable by two separate dial knobs, one for adjusting stroke length and the other for adjusting stroke frequency. Each pump shall have an automatic/manual switch which, when in automatic, will allow the pump to remotely adjust stroke frequency with a 4-20 mA do signal. Each pump shall include a four function valve to provide anti -siphon protection, back pressure regulation, pressure relief and manual discharge pressure release y for pump priming. f > (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -11- (Membrane Procurement Package) (161704 ) i NOTE: The use of solenoid actuated metering pumps is not acceptable for sodium hypochlorite service. 2-2.02.03. Peristaltic Metering Pumps. If selected by CONTRACTOR, peristaltic metering pumps shall be of the positive displacement peristaltic type, utilizing a flexible hose and shoe. Each pump shall consist of a sealed lubricant filled housing, pump hose, rotor assembly, and one piece connectors. The process fluid shall only be in contact with the inside of the pump hose. The pump hose shall be a three -layer reinforced hose consisting of a natural rubber outer layer, nylon braided reinforcing layer and an inner %Aetted layer of natural rubber. The hose shall be of 53-68 durometer with a static burst pressure of 600 psi. The hose shall be in contact with the inside diameter of the track through an angle of 1800 and be held in place on the suction and discharge by a one piece cast neoprene sealing gland. Hose type clamp fittings are not acceptable. The hose shall be replaceable without removing the pump or opening the pumphead door. Inlet/outlet connectors shall be one solid piece and shall be located by and secured to the pump housing by permanent AISI Type 316 stainless steel studs and hex nuts. The rotor assembly shall be equipped with two polished aluminum sliding shoes. Shoes shall be located 1800 apart for compression of the hose against the track twice per rotor revolution. Each rotor assembly shall be keyed to the output shaft of the gear reducer/gearmotor and be axially secured to that shaft by a heavy duty washer and socket head cap screw. Each rotor assembly shall have ribbed spokes which will create constant circulation of lubricant upon rotation to enhance lubrication and cooling within the pump housing. Each pump shall be completely self priming with a suction lift capability of up to 20 feet. The pump shall be capable of running dry without damaging effects to the pump or hose. The pump shall be valveless and without diaphragms and not utilize any dynamic seals in contact with the pumpage. The pump housing shall contain a threaded drain plug and vent port. The drain shall be located at the lowest point in the housing and allow for complete removal of all liquid from within the housing. Each pump shall be provided with a float type magnetic reed switch located at the top of the pump to detect leakage of pumped product into the pump housing. When required for the MFS design, discharge pulsation dampeners shall be provided with each pump. Dampeners shall be the appendage type, and consist of a two-part housing, bell shaped bladder, one-way air inlet valve to prevent backflow and shall have a pressure gauge. (City of Lubbock, Texas ) 11727 (Lake Alan Henry VVTP ) -12- (Membrane Procurement Package) (161704 ) 2-2.02.03.01. Peristaltic Pump Drive Unit. The pump shall be supplied with an integral squirrel cage induction type gearmotor rated 460 volts, 3 phase, 60 Hz. The motor shall have a fan sized for adequate cooling of the drive at the lowest operating speed. Gearing shall be of the helical gear arrangement, classified for continuous heavy shock duty, AGMA Class II, 24-hour duty. Minimum gear reducer efficiency shall be 95 percent. The motor shall be contained in a cast iron housing. When required for the MFS design, fie motor shall be specifically selected for service with an adjustable frequency type speed controller and shall be derated as required to compensate for harmonic heating effects and reduced self -cooling capability at low speed operation so that the motor does not exceed Class B temperature rise when operating in the installed condition at load with power received from the adjustable frequency drive. All motors shall be supplied with full phase insulation on the end turns and shall meet the requirements of NEMA MG1, Part 31. When required for the MFS design, each motor shall be furnished with an adjustable frequency type motor controller. The pump manufacturer shall be responsible for coordinating the adjustable frequency drive, the motor and the drive for assuring a complete and properly operating system is furnished, and the collection of data and the design effort to limit harmonics to the levels specified. All equipment shall be derated as recommended by the drive motor manufacturer for reduced speed operation with adjustable frequency drive controllers. 2-2.02.04. Gauges. Each metering pump shall be provided with a compound - pressure/vacuum gauge in the suction piping and a pressure gauge in the discharge piping. Gauges shall conform to ANSI/ASME B40.1 and shall be indicating dial type, with C-type phosphor bronze Bourdon tube, stainless steel rotary geared movement, phenolic open front turret case, adjustable pointer, stainless steel or phenolic ring, and acrylic plastic or shatterproof glass window. The dial shall be 4-1/2 inches in diameter, with white background and black markings. Pointer travel shall be not less than 200 degrees or more than 270 degrees of arc. All gauges shall be Accuracy Grade 2A or better. The unit of measurement of pressure gauges shall be pounds per square inch. The units of measurement of compound gauges shall be inches of mercury vacuum and pounds per square inch. Each gauge shall be provided with 1/2 inch NPT connections, and with a threaded end ball -type shutoff valve. - (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -13- (Membrane Procurement Package) (161704 ) 2-2.02.05. Pressure Switches. When required for the MFS design, a pressure switch shall be provided in the discharge piping of each metering pump. The switch shall be designed to stop the pump upon development of excessive discharge pressure. Switches shall be Mercoid "DRW-33-2L", range 7, rated 5 to 150 psig, safe to 200 psig surge, with a 120 volt, 10 ampere, hand -reset contact set to open when pressure rises to 65 psi. Each switch shall be assembled with liquid fill. 2-2.02.06. Isolators. Each gauge and pressure switch shall be isolated from the pumped liquid by means of an in -line, flow -through, flange type gauge isolator. The isolator shall be constructed of materials resistant to the chemical and consistent with the piping materials, and shall be filled with silicone oil. The isolator shall be suitable for installation between two flat -faced, ANSI/ASME B16.1, Class 150 pipe flanges and shall be tapped for a 1/2 inch NPT gauge connection. 2-2.02.07. Calibrating Columns. A transparent plastic calibrating column shall be furnished and installed on each pump suction piping. The column shall be clear PVC or other resistant, rigid, transparent plastic tubing having a vented top cap. The column shall be sized for 30-60 seconds of the pump maximum flow and shall have a maximum height of 30 inches. The column shall have a numeral at each graduation. The column shall be mounted on steel legs. 2-3. DAY TANKS/TOTES. CONTRACTOR shall furnish a chemical day tank for storage of sodium hypochlorite. This chemical will be transferred from a bulk storage tank (by others) by a chemical transfer pump (by others). The sodium hypochlorite day tank will be located approximately 100 feet from the membrane room and shall be fiberglass reinforced plastic as specified in Sections 13030 and 13190. If sulfuric acid is required for operation of the MFS, sulfuric acid bulk storage tank, transfer pump, and day tank (provided by others) will be available. The transfer/metering pumps provided by the CONTRACTOR will be located approximately 100 feet from the membrane room and will pump from the above day tank. Other chemicals will be supplied from totes, which will be connected to the CONTRACTOR -supplied chemical feed system. 2-4. CIP/NEUTRALIZATION TANKS. Tanks required for CIP and neutralization solution transfer and recirculation shall be provided by the CONTRACTOR as specified in Section 13190. 2-5. STATIC MIXERS. When required, in -line type static mixers shall be furnished and installed to provide intimate mixing of the indicated solutions. The (City of Lubbock, Texas ) 11727 t:...i (Lake Alan Henry WTP ) -14- (Membrane Procurement Package) I (161704 ) ` mixers shall have removable plastic elements. The mixers shall be of the same size as the connecting piping. 2-6. WATER FLOWMETER. When required for displacement type water meter shall be furnished ai The meter shall have a capacity range as requires comprise a complete self-contained batching syster down register and lever operated, two-step closure, flowmeter shall be suitable for the required line size. the MFS design, a positive id installed for each system. i, and shall be equipped to i including a set -stop count - quantity control valve. The A water hammer arrester shall be provided on the water supply pipe adjacent to the flowmeter inlet. 2-7. MIXING EDUCTOR. When required for the MFS design, a mixing eductor shall be furnished for the chemical storage tank fill piping. The mixing eductor shall be used to mix as -delivered chemical solution with water to prepare a percentage concentration solution as required, and transfer the solution to the CIP/neutralization lines or tanks. The mixing eductor shall be of the size as required, with flanged or welded connections and construction as required. 2-8. DIFFUSER. When required for the MFS design, diffusers shall be provided at the chemical injection points. Diffuser type shall be as required. Diffuser tube material of construction shall be as required. 2-9. MOTORS. Motors shall be as specified in Section 16220. 2-10. PIPE AND VALVE MATERIALS. Pipes external to CONTRACTOR - provided MFS skids or equipment will be provided and installed by the CONSTRUCTION CONTRACTOR. Pipes internal or integral to MFS skids or equipment shall be provided by the CONTRACTOR. Pipe materials for chemical feed systems shall be resistant to the chemicals used and shall be as specified in Sections 13030 and 15067. All valves in the chemical feed systems shall be provided by the CONTRACTOR. Valve materials shall be resistant to the chemicals used and shall be as specified in Section 13030 and the valve specifications. 2-11. SAFETY EQUIPMENT. A chemical handling safety equipment kit shall be provided for each chemical service. Each kit shall include, but not be limited to, chemical splash goggles, canister type dust and mist respirator, rubber gloves, and rubber apron, all packed in a suitable carrying case. (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -15- (Membrane Procurement Package) (161704 ) 2-12. FABRICATION 2-12.01. Surface Preparation. All surfaces to be painted shall be dry and free of dirt, dust, sand, grit mud, oil, grease, rust, loose mill scale, or other objectionable substances, and shall meet the recommendations of the paint manufacturer for surface preparation. Cleaning and painting operations shall be performed in a manner which will prevent dust or other contaminants from getting on freshly painted surfaces. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously painted surfaces shall be dulled if necessary for proper adhesion of top coats. (City of Lubbock, Texas ) 11727 (, ) (Lake Alan Henry WTP ) -16- (Membrane Procurement Package) i (161704 ) J 1 PART 3 — EXECUTION 3-1. INSTALLATION. The equipment will be installed by the CONSTRUCTION CONTRACTOR in accordance with the CONTRACTOR's and manufacturer's recommendations. 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 installations as 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 manufacturer have been completed. 3-2.03. Startup and Testing. Startup and testing requirements shall be as specified in Section 01650. 3-3. TRAINING. CONTRACTOR and equipment manufacturers shall provide training as specified in Section 01660. End of Section --_ (City of Lubbock, Texas ) 11727 (Lake Alan Henry WTP ) -17- (Membrane Procurement Package) (161704 ) Section 13030 MEMBRANE FILTRATION SYSTEM PART 1 - GENERAL 1-1. SCOPE. This section specifies the requirements for the design, fabrication, furnishing, performance, and testing of the complete Membrane Filtration System (MFS) 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, conceptual cost of full-scale implementation, and projected operating costs. The CONTRACTOR shall furnish a complete MFS that includes the following services as defined herein: a. Encased or immersed MFS trains to produce the net filtrate production capacity including all membrane modules, all train piping, all internal valves, all external valves including those required to be automatically controlled by the system, analytical equipment, instrumentation devices, Programmable Logic Controller/Human Machine Interface (PLC/OM- based control system, pipes internal or integral to CONTRACTOR - provided equipment skids, and accessories, and, if necessary for a complete operating system, excess recirculation feed pumps and/or drain/recirculation pumps. b. Feed pumps (for pressure systems) or filtrate pumps (for submerged systems), including motors and adjustable frequency drives (AFDs) where needed. C. Pilot unit to be installed at the water treatment plant. d. Complete compressed air supply and aeration supply systems necessary for a complete operating system for the M FS operation, including valve actuation, control air, and process air. The systems shall consist of control panels, including PLC and Input Output (10) modules. e. A complete chemical clean -in -place (CIP) and neutralization equipment system shall be provided. CIP equipment shall be supplied that as a minimum allows CIP with acidic, caustic, and/or hypochlorite solutions, (City of Lubbock, Texas ) 13030__ (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) i (161704 ) regardless of other cleaning or maintenence wash mechanisms employed by the system. The CONTRACTOR shall design the CIP system based on project specific pilot results, if any, and their experience. However, if it is determined during post -proposal piloting, if any, that a different Cl P method is required, the CONTRACTOR shall modify their scope of supply at no additional expense to the OWNER. This includes, but is not limited to storing and pumping additional chemical volumes and types required. A complete automated maintenance wash (MW) equipment system (also referred to as chemically enhanced backwash equipment system) shall be provided and shall be a separate system fully independent from the CIP equipment such that operation of CIP on one or more units or trains does not prevent or interfer with MW operations on another unit or train. The CONTRACTOR shall design the MW system based on project specific pilot results,and their experience. However, if it is later determined that a different MW method is required to comply with the specifications, the CONTRACTOR shall modify their scope of supply at no additional expense to the OWNER. This includes, but is not limited to storing and pumping additional chemical volumes and types required. g. A complete neutralization equipment system shall be provided. The neutralization system shall be capable of neutralizing any chemical solutions used by the MFS to a neutral pH with no chlorine residual before discharge. h. A complete backwash system, including backwash supply storage tank, pumps, basket strainers, valves, instruments, and controls necessary for MFS operations. Automatic feed strainer system, including strainers, automatic backflush control valves, instruments, and controls for an automatic system. In case of submerged membranes, CONTRACTOR shall include a module service platform or platforms that would provide access for removal, repair,and replacement of membrane modules/elements/cassettes. CONTRACTOR shall also include overhead, travelling bridge -type crane equipment to allow removal of membrane modules/elements/cassettes for inspection or maintenance. k. Instrumentation and PLC/OIT-based control system for controlling the MFS and to interface with plant control system. A network of distributed programmable logic controllers (PLCs) and Remote 1/0 to monitor and (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) to control the membrane trains. The membrane filtration control system shall include controls for the compressed air, aeration, CIP, neutralization, maintenance wash, and backwash systems. The membrane filtration system shall include automatic data collection and archiving to generate the reports and graphs to conform with requirements of TCEQ. All instumentation, including, but not limited to laser turbidimeters, shall conform with requirements of TCEQ. The PLC/OIT control system shall be based on a distributed PLC/OIT architecture and shall meet the reliability and operational needs specified herein and in other specification sections. The PLC and OIT systems shall also communicate to the Plant Control System. The PLC/OIT system shall enable the Plant Control System SCADA to perform all membrane filtration system monitoring and control functions. All instrumentation required to generate the necessary control parameter signals for proper operation and monitoring of the membrane filtration control system shall be provided by the CONTRACTOR. The CONTRACTOR shall provide all PLC and OF Programming required for a completely operational MFS. This shall also include control of any equipment provided by the Construction Contractor directly affecting the MFS. The CONTRACTOR shall also provide startup services as required for the control system. m. CONTRACTOR shall provide design assistance services to the ENGINEER. n. Technical, shop drawing, and operation and maintenance manual submittals. This data to include detailed termination and battery limit 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 MFS. o. Installation, startup, demonstration testing, and performance testing services as specified. p. Installation services. CONTRACTOR shall provide installation assistance and oversight to Construction Contractor as specified in these Contract Documents. Construction Contractor shall provide (City of Lubbock, Texas ) 13030 ?, (Lake Alan Henry WfP ) -3- (Membrane Procurement Package) (161704 ) 1 , OWNER documentation that the MFS was installed as required for proper operation as designed by CONTRACTOR and ENGINEER. q. OWNER training services per Section 01660 — Training Requirements. r. Spare parts and special tools. S. Long-term Operation and Maintenance Services, if Owner decides to include Stage IV additive alternate (refer to Proposal Form) in the Contract Documents. 1-1.01 WORK BY OTHERS. Pretreatment process equipment, pretreatment chemical addition facilities, and other post filtration treatment processes not specified as part of the MFS will be furnished and installed by the Construction Contractor. For submerged membrane systems, the Construction Contractor will furnish the membrane tanks. ( ' Interconnecting manifold piping between the membrane filtration trains, between the trains and the main feed pumps or filtrate pumps, and between the trains and ancillary systems shall be furnished by the Construction Contactor. However, pipes integral to membrane modules/elements/cassettes or other CONTRACTOR - provided equipment skids shall be provided by the CONTRACTOR. Installation of the MFS components and wiring will be done by the Construction Contractor. System performance testing will be completed by the Construction Contractor and the Owner. However, CONTRACTOR shall provided assistance during this testing on an as -requested basis as specified in these documents. 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 System Membrane System Supplier (CONTRACTOR). All components of the membrane system shall be designed, coordinated, and supplied by a single manufacturer or supplier. The CONTRACTOR shall furnish a system that (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) 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. 1-2.03. MFS General Requirements. The membrane, membrane modules, and entire system shall meet the requirements listed below: a. The MFS, including the membrane and module configuration, including but not limited to the component chemistry, porosity, packing density, geometry, dimensions, surface area, fiber diameter, pressure rating and wall thickness, as well as system component details, shall be identical to the membrane configuration used during the pilot period, including the period between October 2008 and April 2009. The MFS shall conform with the requirements of TCEQ. b. The MFS shall be fully compatible with the raw water conditions specified, including pretreatment chemicals and processes. The membrane system, and related operating or design conditions, as proposed by the CONTRACTOR cannot depend on the addition of chlorine or chlorine dioxide as part of the pretreatment. However, the OWNER reserves the right to use these chemcicals, either periodically or regularly, in the feedwater to the membrane process. The OWNER reserves the right to recycle decant and filtrate from the solids dewatering process, as well as MFS backwash waste, upstream of the pretreatment process. MFS shall include with their proposal a list of acceptable polymers and carryover concentrations for use in solids handling that will not void the membrane warranty. C. The net recovery shall be defined as the ratio of the net filtrate production capacity (after subtraction of backwash supply water and other demands which do not contribute to useable treated water) to the total feedwater supplied to the membrane system within a 24-hour period. The net recovery shall be as specified. d. The specified net filtrate production capacity shall be met in conformance with the requirements below and as specified herein: Maximum Instantaneous Flux: The maximum instantaneous flux is defined as the highest flux (the ratio of filtrate flow rate to active membrane area on the surface exposed to the feed water) achieved (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) i (161704 ) during the filtration cycle at ambient temperature; therefore, this is not a temperature corrected flux. All membrane filtration trains shall be designed to be in continuous operation. No spare or stand-by trains shall be required to be provided by CONTRACTOR. The membrane filtration trains shall continuously yield the specified net filtrate production capacity while complying with the specifications including the performance requirements specified such as maximum flux, maximum transmembrane pressure (TMP), filtrate turbidity, backwash frequency and duration, maintenance wash frequency and duration, direct integrity test frequency and duration, and recovery. Decreasing the required net filtrate production capacity while units are off-line for backwashing, maintenance washing, or integrity testing shall not be acceptable. The MFS shall be programmed and operable such that the integrity testing, backwashing, or maintenance washing of two or more trains does not occur concurrently. CONTRACTOR shall be responsible for selecting the flux and other design conditions that conform with the specifications. However, the maximum instantaneous flux shall not exceed the specified number. e. The interval between chemical cleanings (to return membranes to clean - membrane conditions) shall be as specified. A chemical cleaning (CIP) is defined as a cleaning procedure that utilizes one or more chemicals and that requires the train to be removed from service for the entire procedure for more than 1 hour for an individual train. A full CIP shall be less than 12 hours. A cleaning procedure of less than 1 hour will be considered a maintenance wash. As long as the maintenance wash is fully automated and meets the time limitation, then it shall not be considered a CIP; however, the downtime and waste flow from maintenance wash shall be counted in the determination of recovery and net filtrate production capacity. The allowable time period between maintenance washes shall be as specified. f. Chemicals or other additives used in the MFS and operation thereof, such as for cleaning or maintenance wash, shall be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with National Sanitation Foundation (NSF)/ANSI 60. Components used in MFS shall be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with NSF/ANSI 61. f _ (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) g. The selected system shall be capable of meeting performance requirements while operating below the maximum TMP at all times between CIPs. For pressurized membranes, the maximum allowable operating TMP shall be less than A-B-C, where A = pressure rating of the housing for the pressurized membranes, B = anticipated or specified filtrate pressure (whichever is greater), C = 2 psi to provide a factor of safety. For submerged membranes, the maximum operating TMP shall be less than 12 psi. h. The transmembrane pressure (TMP) shall not exceed 20 percent of the difference between the clean membrane TMP and the maximum allowed TMP (when a CIP is required). Clean membrane TMP shall be measured 2 minutes after a backwash and within 12 hours after a CIP or clean membrane TMP shall be as submitted by CONTRACTOR with the proposal, whichever is lower. Maximum TMP (when a CIP is required) sahll be as submitted by CONTRACTOR with proposal and shall be basis for determining need to conduct CIP. i. All backwashing, integrity testing, and chemical cleaning shall be conducted in place. It shall not be acceptable for equipment to require moving for the purpose of backwashing, cleaning, or any similar operation (including, but not limited to, maintenance wash, CIP, maintenance cleaning, reverse filtration, etc.) j. It is the responsibility of the CONTRACTOR to set the correct design and operating values for its equipment to meet all of the requirements. This responsibility shall not override the design requirements or standards specified in the Contract Documents. 1-2.04. Anchor Bolts and Fasteners. All anchor bolts, nuts and washers shall be as specified. The CONTRACTOR shall be responsible for designing and furnishing all anchor bolts required for the installation of equipment being furnished. All bolts, nuts, washers, and other fasteners shall be ANSI Type 316 stainless steel, except where galvanized fasteners are allowed by the ENGINEER. 1-2.05. Power Supply. Power supply to the membrane system shall consist of both 480 volt, three phase, 3-wire, 60 hertz and 120 volt, single phase, 60 hertz External 480 volt, three phase power shall be provided to pre -wired packaged equipment requiring single point connections. 120 volt, single phase power and control circuiting required by this pre -wired packaged equipment shall be derived by control power transformers provided with the associated system. This equipment includes, but is not limited to, the following: • Feed, filtrate and backwash pumping. • Compressed air system control panel. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) • Aeration system control panel. • Cleaning system control panel. External 120 volts, single-phase power shall be provided to the membrane system master PLC panel, each train PLC panel, each train, and any other PLC or VO panel required except those that are skid or rack mounted with other equipment that is receiving a single source of power as specified in this section. 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 0 10 15. 1-2.06. 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 MFS Scope of Supply. Some data fields within specific specification sections may have been intentionally left blank, as different manufacturers will require different types of 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. BONDS WARRANTIES AND GUARANTEES. 1-3.01. Performance Bond Bond. The CONTRACTOR shallfurnish to the OWNER a Performance Bond and other bonds as set forth in the General Conditions of the Contract and the Special Conditions. 1-3.02. Warran . The CONTRACTOR shall provide a warranty for the membrane modules and equipment supplied. The warranty period shall commence upon the date of the successful completion of the Performance Test. This warranty shall be valid for the entire hydraulic capacity specified. This warranty shall also apply to the replacement modules. Delivery of membrane modules must be coordinated and approved by Construction Contractor and ENGINEER prior to shipment. Failure to coordinate final delivery will not change the warranty start date as specified. As a minimum, the warranty shall guarantee the following: a. The CONTRACTOR shall warrant the membrane filtration equipment, excluding the membrane modules, to be free from defects in workmanship, design, and materials for a two-year period from the date of the successful completion of the Performance Test. If any part of the equipment supplied by the CONTRACTOR should fail during the (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -8- (Membrane Procurement Package) (161704 ) warranty period, it shall be replaced, and the equipment shall be restored to service or replaced at no expense to the OWNER. b. The CONTRACTOR shall also warrant the membrane modules for a period of at least 10 years (120 months) from the date of the successful completion of the Performance Test. During this warranty period, membranes found to be defective because of Integrity Failure or Irreversible Flux Loss Failure shall be replaced by the CONTRACTOR as follows: (1) Any membrane modules found to be defective within the first twenty-four (24) months of service, shall be removed and replaced with new membrane modules at no cost to the OWNER, such replacement shall be completed and the replacement module placed in service no later than forty five (45) days after OWNER gives CONTRACTOR written notice of the defective module. (2) If the membranes are found defective during the twenty-fifth (25th) through one hundred and twentieth (120th) month of service, the CONTRACTOR shall supply and install new membrane modules at a price that is prorated according to the length of service prior to failure. The prorated membrane replacement price shall be equal to the length of service used (in months), less the no cost warranty period (in months), multiplied by the membrane replacement price quoted in the Proposal Form and divided by the total number of months in the warranty period, less the no cost warranty period (in months). For example, if a membrane module with a price quote of $100 were to fail in the 46th month of the 10- year (120-month) warranty period, then the prorated replacement price would equal $22.92 = (46-24) * ($100) / (120-24). (3) Replacement cost shall include: • Supply of replacement module • Shipping to/from vendor • Cost of packaging (and preservative) C. Definition of Integrity Failure Defects. Membrane module(s) shall be considered to have integrity failure defects under the following conditions: (1) The integrity of the train (skid, cell, etc.) shall be controlled by isolation or repair of modules to ensure a log reduction of at least 4-log of particles in the 3 micron range at all times. This shall be verified using a direct integrity test, such as air pressure hold and related types of tests that can be correlated to log (City of Lubbock, Texas ) 13030__! (Lake Alan Henry WTP ) -9- (Membrane Procurement Package) (161704 ) removal values, conducted on a regular basis, and are approved by TCEQ. Log removal calculation method shall be in conformance with USEPA's Membrane Filtration Guidance Manual, EPA 815-R-06-009, November 2005, Texas Commission on Environmental Quality (TCEQ) requirements, and additional requirements as specified. (2) If a module assembly fails the air pressure integrity test and cannot be repaired by pinning or gluing, then the module is - considered defective. (3) If more than 1.0 percent of the fibers in any module or up to 200 fibers/module, whichever value is lower, have required pinning over the life of the module, then the module shall be considered defective. If a module requires repair, by pinning or other methods, on more than three (3) occassions in any three (3) month period or more than six (6) occassions in any twelve month period after commencement of the module warranty period, then the module shall be considered defective. A fiber is deemed to require repair if it visibly leaks air during air hold test. The module may be tested individually. Fibers broken during shipping/installation and repaired by the CONTRACTOR prior to demonstration testing shall be recorded but not counted towards this requirement. (4) If for an entire train (skid, cell, etc.) more than 20 percent of the modules must be isolated or repaired in any three (3) month period in order to achieve at least 4-log removal, then the CONTRACTOR shall correct the integrity by replacing all modules in that train. Because the problem may be correctable by modifying the equipment, such as the programming or valve timing, the CONTRACTOR shall have the option to propose an alternative solution, other than replacing modules, to the OWNER. The CONTRACTOR shall have up to 40 calendar days from initial notification by the OWNER of the problem. d. Definition of Irreversible Flux Loss Failure. The MFS shall maintain the specified net filtrate production capacity with no more than 55 maintenance washes per train and 12 CIPs per train in any 12-month period. If these conditions are not met, the CONTRACTOR shall correct irreversible flux loss defects by either replacing modules or by adding equipment. Because the problem may be correctable by improving the effectiveness of the cleaning, the CONTRACTOR shall have the option (. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -10- (Membrane Procurement Package) (161704 ) to make service calls within the limitation that they shall arrive onsite within 15 calendar days of receiving notification from the OWNER about the irreversible flux loss failure and they shall have up to 40 calendar days from the initial notification to work with the OWNER and to solve the problem with improved operatons. If the CONTRACTOR is unable to restore the net filtrate production capacity at the end of the stated 40 day period, then the system is considered to have suffered an irreversible flux loss failure. 1-3.03. MFS Performance Guarantee. The CONTRACTOR shall furnish a warranty for performance of the MFS for a period of two (2) years commencing on the date of the successful completion of the Performance Test. The system shall be required to meet the guaranteed performance requirements specified. If the system fails to perform during the warranty period, the CONTRACTOR shall remedy the situation by modifying operating protocols, cleaning procedures, repairing/replacing damaged membrane modules, and/or adding equipment — all within the confines of the Contract. All necessary modifications required to bring the system into compliance with specified performance parameters shall be implemented at no cost to the OWNER. CONTRACTOR shall be responsible for all costs associated with supply and installation of new equipment required for remedy of the system to meet performance requirements. Should necessary modifications result in an increase in the usage of chemicals and power from the Proposal values, the CONTRACTOR shall negotiate with the OWNER to determine an equitable settlement agreeable to both parties. Upon notification from OWNER that the MFS is not meeting the performance requirements, CONTRACTOR shall develop a plan for remedy of the system and shall submit the plan in writing to OWNER within 30 days from the initial notification. 1-3.04. Energy Consumption Guarantee. The CONTRACTOR shall guarantee, and verify during the required Performance Test, that the energy consumption values provided in the CONTRACTOR's Proposal are not exceeded for 30 consecutive days of operation during the Performance Test at maximum net filtration production capacity. In the event that the MFS and ancillary facilities power consumption exceeds the Proposal values, OWNER and CONTRACTOR agree that in the event that the MFS and ancillary facilities are unable to comply with this Energy Consumption Guarantee during the MFS Test, OWNER will incur costs and damages over a 20 year period that are difficult or impossible to ascertain as of the date of these Specifications, but include without limitation additional fuel costs in a fluctuating market for energy utilities and increased wear and tear on equipment. Accordingly, OWNER and MFS have agreed that liquidated damages will be fair and reasonable compensation to OWNER for the damages suffered by OWNER over a 20 year period by reason of failure of the MFS and ancillary facilities to comply with the Energy Consumption Guarantee during the MFS Performance Test. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -11- (Membrane Procurement Package) (161704 ) rM CONTRACTOR shall pay liquidated damages to the OWNER equal to the present value of the additional annual energy cost over a period of 20 years at the (L capitalization interest rate of 6 percent and energy cost determined at the time of the MFS Performance Test. The additional energy cost shall be calculated by subtracting the total present worth energy cost based on the energy usage in the Proposal Form from the actual total worth energy cost that is calculated based on actual kw-hr/day energy consumption measured during the MFS Performance Test. 1-3.05. Replacement Price Guarantee. The CONTRACTOR shall guarantee that future replacement membrane modules will be sold to OWNER at market price, but not to exceed the individual module unit price provided in the Proposal, escalated to the Consumer Price Index (see below), at any time within 20 years from acceptance of the installed MFS. Market price is defined as the average of the highest of three (3) membrane replacement price offerings in the previous five (5) public competitive membrane bids/proposals offered by the CONTRACTOR at the time of membrane replacement, or the list price, whichever is lower. Notwithstanding any other provision of the Contract Documents, the Guaranteed Module Replacement Price shall be subject to escalation not exceeding the change in the Consumer Price Index (CPI) — All Urban Consumers (US City Average). The base point for the CPI escalation calculation will be the latest CPI index published as of the date of the contract. The comparison point for the CPI escalation calculation will be the latest CPI index published as of the date when a replacement membrane order is placed. 1-3.06. Chemical Usage Guarantee. The M FS shall not consume more than the chemical usage proposed by the CONTRACTOR on the Proposal Form, averaged over any 12 month period of operations and normalized to the specified net filtrate production capacity. The proposed chemical usages shall be based on an operating condition that CIP chemicals will not be reused after each CIP. In the event that the MFS and ancillary facilities are unable to comply with this Chemical Consumption Guarantee at the end of the two year performance guarantee period, the CONTRACTOR shall pay liquidated damages to the OWNER equal to the present worth of the additional annual chemical cost over a period of 20 years at the capitalization interest rate of 6 percent and chemical cost (for each chemical) determined at the end of the performance guarantee period. The additional chemical cost shall be calculated by subtracting the total present worth chemical cost calculated based on the chemical quantities in the Proposal Form from the actual total present worth chemical cost that is calculated based on actual average chemical consumption. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -12- (Membrane Procurement Package) (161704 ) 1-3.07. Warranty/Guarantee Submittal. CONTRACTOR shall provide to OWNER prior to Substantial Completion two original signed copies of each of the foregoing warranties, without modifications, qualifications, or limitations except as specified herein. The submittals shall clearly identify the following: a. The product or work item. b. The name of the firm, including name of principal, address, and phone number. c. The scope of item. d. The beginning of the warranty. e. The duration of the warranty. f. The name of the OWNER. 1-3.08. Warranty/Performance Guarantee Conditions. CONTRACTOR standard warranty language and limitations will not be accepted and should not be submitted. The OWNER recognizes that only the occurrence of any of the following may void the warranties and performance guarantees set forth in this section: a. Unauthorized alteration of equipment manufactured or supplied by the CONTRACTOR. b. Catastrophic exposure to chemicals not normally associated with water treatment as a result of accidents, vandalism or other acts that are outside the bounds of routine and normal water treatment plant operations. C. Use of water treatment chemicals, chemical cleaning solutions or cleaning procedures other than chemicals, solutions and procedures approved by the CONTRACTOR. d. Exposure of the equipment or membrane modules to water treatment or treatment chemicals at concentrations above levels or contact times unacceptable to the CONTRACTOR. e. Improper maintenance of the equipment as defined in the O&M manuals provided by the CONTRACTOR. The warranties and guarantees contained in this section are contingent on the OWNER providing source water having characteristics that are consistant with those specified during the period of non-conformance with the guaranteed performance criteria. 1-4. SUBMITTALS. 1-4.01. Stage I Technical Submittals. The CONTRACTOR shall furnish technical submittals as required to adequately define the MFS. The number of copies of each technical submittal that are submitted to ENGINEER shall be as specified (City of Lubbock, Texas ) 13030 Lj (Lake Alan Henry VVTP ) -13- (Membrane Procurement Package) (161704 ) herein, including in the submittals section. Complete dimensional, assembly, and installation drawings, wiring and schematic diagrams; and details, specifications data and covering the materials used for the parts, devices and accessories forming a part of the system furnished, shall be submitted in accordance with the submittals section. The Draft (Second) Technical Submittal shall address ENGINEER's comments or questions pertaining to the information provided in the Proposal (Technical Information Submittal) and shall also include the following: a. Updated versions clearly marked to show any changes or revisions to the submittal that was provided with the 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 AutoCAD 2008 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 for equipment or piping provided by others. Drawings shall also indicate scope of supply and scope of installation. P&IDs shall also designate equipment that is skid -mounted and equipment that will be shipped loose for installation by others. d. Equipment specification sheets and product catalog cut -sheets on all equipment items, clearly marked to show the applicable model number, optional features, and intended service of each device. e. Details on all chemical transfer and metering pumps as specified in the liquid chemical feed specification. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -14- (Membrane Procurement Package) (161704 ) f. Details on all pumps as specified. g. Details on blowers as specified. h. Details on air compressors and accessories as specified. i. Drawings and data for the fiberglass chemical, neutralization, and backwash tanks as specified. j. A valve schedule for all valves 3 inches and larger, indicating the tag number, size and type, manufacturer, and model number, as specified. All valves smaller than 3 inches shall have identification numbers coordinated with the schematic drawings to allow for installation by others. k. An updated device schedule indicating the tag number, size, ranges, manufacturer, and model number for all devices, as specified, in electronic (Excel) format. I. An updated VO schedule indicating the tag number, type, ranges, and interconnection data for all devices, as specified, in electronic (Excel) format. m. All of the schedules required by the Specifications. n. Drawings and data for the module lifting loading/unloading device including top and side view drawings showing physical dimensions, rated lifting capacity, manufacturer's name and contact information, catalog cut -sheets clearly marked to show applicable model number and features, and operating instructions. o. Instrumentation and control system information as specified, such as the instrumentation and control system section, 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. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -15- (Membrane Procurement Package) (161704 ) Complete panel drawings, including panel front views, panel layout drawings, and termination drawings. Catalog data indicating all software packages to be used in configuration of the membrane system controls, with revision number clearly indicated. 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 membrane control system operator interface. PLC input/output lists in a Microsoft Access database format or Microsoft Excel spreadsheet format. The database/spreadsheet shall include hardwired and networked inputs and outputs, including spare points. The database/spreadsheet fields shall include field device/instrument tag number or equipment number, description, contact closed and open indication, signal level, signal range, process range, PLC 1/0 address, and remarks. p. Electrical information as specified, including as specified in the electrical sections. The Final Technical Submittal shall address ENGINEER's questions and requests for additional information. While at least three technical information submittals (Proposal, Second, Final) are required by the Specifications, additional follow-up submittals may be required to address ENGINEER'S questions and Requests for Information. These additional submittals shall be provided by CONTRACTOR as required at no extra cost to OWNER. 1-4.02. Construction Contractor Information Package. The CONTRACTOR shall prepare a draft and final Construction Contractor Information Package to be used by construction contract bidders that includes at a minimum: Final Technical Submittal. Equipment delivery schedule. Special shipping/handling information/requirements. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -16- (Membrane Procurement Package) (161704 ) Special installation requirements. Draft startup plan and schedule. Scope of Membrane System Supplier (CONTRACTOR) Services in construction phase. The Construction Contractor Information Package shall be organized and assembled in suitable three-ring binders, as follows: - Five (5) copies of draft Construction Contractor Information Package. - Twenty (20) copies of final Construction Contractor Information Package. 1-4.03. Shop Drawings and Engineering Data Submittal. In Stage 11 of the Project, Shop Drawings and Engineering Data for all equipment furnished by the CONTRACTOR shall be submitted in accordance with the Contract Documents. 1-4.04. 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. 1-5. 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 or prior to the completion of the Performance Test shall be replaced at no cost to the OWNER. As a minimum, the spare parts furnished by the CONTRACTOR and provided to the OWNER shall include the following: Each type of O-ring kit Module or module rack lifting loading/unloading device Module repair vessel (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -17- (Membrane Procurement Package) (161704 ) 10 sets for membrane o-rings and 1 set of each type for other equipment. 2 lifting bars/mechanisms to be used with a bridge crane that each allows one operator to instal l/uninstall modules on/off the frame or rack. 2 module repair vessels that allow for an individual module to be air tested and pinned. The module repair vessel shall be equipped with all required air supply connections, valves and pressure regulating devices. For each type of gauge 2 complete replacements. For each type of transducer 2 complete replacements. For each type of regulator 2 complete replacements. For each type of input/output point 2 complete 1/0 cards (each used in the control system type), 2 network interface cards (each type), 2 power supply cards (each type), 2 PLC processor cards (each type). PART 2 — PRODUCTS 2-1. FEED CONDITIONS. The membrane system will treat water from Lake Alan Henry near Lubbock, Texas that has been pretreated, as described herein, with pre - oxidation with chlorine dioxide and/or hypochlorite (optionally, periodically, or continuously, at the Owner's discretion), coagulation, flocculation, and clarification (possibly with plate settlers, at the Owner's discretion). Facilities included in the WTP project are described in the project requirements and other sections. A preliminary process flow diagram for the water treatment plant has been included in l _, the Appendix. Decant water from the sedimentation solids thickening/dewatering process, as well as MFS backwash operations waste, will be recycled back to the upstream end of the pretreatment process. After proper neutralization and dechlorination, liquid waste from CIP and maintenance clean operations will be transferred to onsite evaporation basins. A summary of the raw water quality is presented in Table 1. All performance requirements and MFS warranties specified herein shall apply to the MFS under the range of water quality data presented in Table 1. Pretreated water quality upstream of the MFS 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. For these constituents, the pretreated water levels could be as low as 6 pH units and 100 mg/L as CaCO3, respectively. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -18- (Membrane Procurement Package) (161704 ) TABLE 1 — RAW WATER QUALITY Constituent Typical Ran&e TDS, mg/L Up to 574 — 700 pH, standard units 7-9 Total Alkalinity, mg/L as CaCO3 Up to 147 — 270 Temperature, °C 12 — 30 Calcium, mg/L Up to 20 — 30 Magnesium, mg/L Up to 4 — 8 Iron, mg/L Up to 0.05 — 0.5 Chloride, mg/L Up to 168 — 250 Total Organic Carbon (TOC), mg/L Up to 4 — 6 Turbidity, NTU Up to 0.7 — 20 Manganese, mg/L Up to 0.003 — 0.2 In addition the MFS shall tolerate any and all raw and feed water quality conditions that occured during the pilot including those summarized in the pilot report that will be or has been submitted to TCEQ. The MFS shall be fully compatible with the chemicals listed below in Table 2 in the concentrations indicated, although the system shall not rely on these chemicals for flux maintenance. Table 2: Pretreatment Chemicals Chemical Concentration Range Pretreatment Chlorine dioxide Up to 1.5 mg/L Polyaluminum chloride, alum, or ferric sulfate Up to 50 mg/L, as delivered liquid chemical Sodium Hypochlorite ' Up to 10 m /L Liquid Ammonium Sulfate' Up to 5 mg/L Recycle Stream 2 Polyaluminum chloride, alum, or ferric sulfate Dosage varies depending on need to aid thickening and dewatering processes (City of Lubbock, Texas ) 13030 L j (Lake Alan Henry WTP ) -19- (Membrane Procurement Package) (161704 ) Sodium hypochlorite and liquid ammonium sulfate will normally be added downstream from the MFS. However, Owner reserves the right to feed these chemicals upstream from the membranes. 2 Decant water from the sedimentation solids dewatering process, as well as MFS backwash operations waste, will be recycled back to the upstream end of the pretreatment process. Each Bidder must identify with the Proposal a mechanism for adjusting performance and warranty provisions if feed water quality falls outside the ranges specified. If no mechanism is identified, no exceptions will be made for Guaranteed Performance Requirements and Warranties. 2-2. SYSTEM DESIGN AND PERFORMANCE REQUIREMENTS. The membrane system shall meet the performance requirements specified herein. 2-2.01. Net Filtrate Production Capacity. The MFS shall yield the required net filtrate production capacity while operating at less than or equal to the flux requirements. The net filtrate production capacity shall be equal to the membrane filtrate flow minus backwash supply water flow and other demands which do not contribute to useable treated water. The net filtrate production capacity shall be achievable when operating at the flux requirements specified. Net capacity shall be based on the following calculation method: Net Qf = [ {Flux *A * [ FM/1440 ] } — Loss ] * (1 mgd/1,000,000 gpd) Where: • Net Qf is the net filtrate production capacity in mgd • Flux is the flux during the filtration cycle in gfd • A is the total active membrane area in the duty units on the feed side in ft2 • FM is the number of minutes per day that the MFS is producing filtrate at standard flow rates. Note this would not include time for backwash/backpulse (BW), maintenance wash (MW), (membrane integrity testing) IT, or any other normal daily non -filtrate -producing operations, including time for valve opening/closings, and so on. Calculation of FM excludes long-term shutdowns for maintenance or CIP operations. • 1440 is the number of minutes in a 24-hour day. • Loss is filtrate used within the process, such as for BW or MW, gpd, but excluding CIP operations. • This calculation and supporting data shall be submitted with the proposal, itemizing the basis for the calculation, including a list of daily downtime for each operating cycle (e.g., BW, MW, IT, and so on). _ (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -20- (Membrane Procurement Package) (161704 ) The net filtrate production capacity shall be based on not fewer than one (1) membrane integrity test for each membrane filtration unit per day and with an assumed duration of at least 15 minutes. However, all facilities and equipment shall be capable of conducting automatic membrane integrity tests at least as frequently as every 4 hours per train. Recovery shall be defined as the ratio of the net filtrate production capacity (after subtraction of backwash supply water, down time, and other demands which do not contribute to useable treated water) to the total feed water supplied to the membrane system within a 24-hour period. The recovery of the system shall be as specified. 2-2.02. Guaranteed Performance Requirements. The MFS shall meet the following performance requirements and shall be guaranteed by the CONTRACTOR as described herein: Number of MFS units or trains (minimum): Duty Plus available/off--line Net Filtrate Production Capacity (with all trains running) Minimum filtrate production capacity 5 0 15 mgd at all specified temperatures 2 mgd at all specified temperatures Maximum Instaneous Flux, not temperature corrected Encased: Siemens L20V/410ft2 37.6 gfd Pall UNA-620A/538ft 48 gfd Submerged: GE/Zenon ZW-1000-V3/600ft2 38.4 gfd Siemens S10V/300ft 32 gfd_ Recovery (minimum) 95% Filtrate Turbidity (more than 95% of the time) from each train Filtrate Turbidity, maximum from each train (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) Less than or equal to 0.05 NTU 0.1 NTU 13030 -21- Clean -in -place frequency Clean -in -place chemicals MW Frequency Not more frequent than 1 every 30 days per train Hypochlorite solution, sulfuric acid, citric acid, sodium hydroxide, sodium bisulfite Not more frequently than 1 every 7 days per train MW Chemicals Hypochlorite solution, sulfuric acid, citric acid, sodium hydroxide, sodium bisulfite Direct Integrity Test Frequency As specified Chemical usage As proposed Energy usage As proposed 2-2.03. Pressures. The system shall be able to meet the filtrate quality and productivity requirements while operating within the pressure requirements submitted by the CONTRACTOR in its Proposal. Trans -membrane pressure (TMP) shall be defined as the difference between the feed pressure (as measured at the membrane feed manifold) and the filtrate pressure (as measured at the membrane filtrate manifold) plus or minus (as appropriate depending on the relative elevations) the difference in elevation (converted to pressure) between the feed and filtrate manifolds. The CONTRACTOR shall take into account that a back -pressure of up to 5 psig will be maintained in the membrane filtrate manifold. If the MFS cannot accommodate this pressure, then the CONTRACTOR shall clearly indicate this on the propsal because additional pumping may be required and will be accounted for in the proposal evaluation for overall system costs. If the MFS requires a higher backpressure, the CONTRACTOR shall clearly state in its proposal the pressure that must be maintained. Maximum allowable TM shall be up to 38 psi for encased membranes, -12 psi for submerged types of membranes, or the module's pressure rating minus pressure due to losses, elevation, and manifold pressure, whichever yields the lowest absolute value. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -22- (Membrane Procurement Package) (161704 ) 2-3. MFS PUMPS. Membrane feed pumps (for pressure systems) and filtrate pumps (for submerged systems), as well as CIP/MW/neutralization/heat recirculation and drain pumps, shall be furnished by CONTRACTOR for the MFS as specified. All automatic and manual valves required for the proper operation of theabove pumps shall be furnishedas part of the MFS by CONTRACTOR. At least one dedicated filtrate pump shall be provided for each MFS train in submerged systems. In encased systems, the individual trains or racks will receive feed water from a common manifold, so one dedicated feed pump for each train or rack is not necessary. However, CONTRACTOR shall select the number of feed pumps so that at least one backup or standby pump is provided. Also, CONTRACTOR shall select the number of feed pumps such that these pumps have sufficient turndown to deliver the minimum specified flow without affecting the pumps' performance or violating the latest Hydraulic Institute standards. The feed/filtrate pump design shall be based on the upstream and downstream WTP preliminary hydraulic gradient levels indicated below: Upstream pretreatment HGL = EL 3,172.18. CONTRACTOR shall propose a headloss between the upstream HGL and the membrane trains, which is acceptable to ENGINEER, and account for that headloss in its design. Floor Elevation of the Membrane Building — EL 3,156.00 Downstream Reservoir High Water Surface EL = 3,181.17 Minimum HGL at membrane of filtrate pump discharge header elevation = 3,175 Maximum HGL at membrane of filtrate pump discharge header elevation = 3,183 Also refer to the preliminary WTP hydaulic profile provided in the Appendix for additional details. The CIP/MW/neutralization/heat recirculation pumps shall be selected by the CONTRACTOR based on the proposed MFS configuration, above elevations, and liquid levels in the MFS tanks. 2-4. PARTICULATE STRAINING. Automatic strainers for membrane feed water shall be furnished by the CONTRACTOR. The CONTRACTOR shall provide strainers as specified herein and in the automatic strainers section. All strainers furnished shall be of equal flow capacity, and at least one strainer unit shall be a completely redundant standby unit. The CONTRACTOR shall be responsible for selecting the strainer screen mesh opening size. The CONTRACTOR shall also be (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -23- (Membrane Procurement Package) (161704 ) responsible for providing pumps with all appurtenances if required to discharge backwash water to the drain. 2-5. MEMBRANE FILTRATION UNITS. 2-5.01. General Equipment Description. The membrane trains shall be complete with membrane modules, piping, valves, and controls as required to properly operate the trains. For submerged systems, all piping located over or within the train footprint shall be furnished by the CONTRACTOR. For encased systems, the trains shall be assembled by the CONTRACTOR. Each train shall be configured to accept the installation of additional membrane modules so that a total of no less than ten (10) percent additional membrane active surface area can be added to the system in the future without requiring any additional modifications (including piping modifications). This spare reserve is for addition of modules at the OWNER's discretion and may not be used by the CONTRACTOR to remedy performance requirements. The CONTRACTOR may at his discretion allow for additional spare space, above the 10 percent, if needed for Performance Guarantee Contingency. Provisions shall be included in each train construction to readily install the additional modules. The design shall be based on addition of equivalent modules to those installed on the train. Replacement of existing modules with new modules will not be allowed in meeting this requirement. The system shall consist of equally sized trains, each fully isolatable so that any of the trains could be selected to be out -of -service at any time, allowing independent operation of any or all of the other trains. The overall filtration system proposed by the CONTRACTOR shall be designed in such a manner so that no single equipment or device failure will cause the loss of automatic control of more than 20 percent of the treatment capacity. The design intent is that under no circumstances should the facility lose the ability to produce water. Sufficient manual controls, and/or redundancy shall be provided to allow for operation of all equipment controlled through the master PLC. Train size shall not be greater than the largest individual train size of that type of equipment that has been in operation for at least six (6) months as of contract award date. Each train shall allow operational flexibility and hydraulic capacity such that it can be operated at an operator -selected filtrate production capacity equivalent to a flux between 50 percent and up to 130 percent of the Maximum Instantaneous Flux specified herein. System control shall allow operational flexibility such that all of the trains can be operated at the same flux or individual trains can have a different flux or filtrate flow set point. The filtrate flow set point shall be field -adjustable to allow for (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -24- (Membrane Procurement Package) (161704 ) site -specific optimization, but there shall be a maximum value (adjustable by the OWNER at a higher level of access) to prevent an operator from exceeding reasonable limits. Each train shall also have individual backwash and maintenance wash set points. 2-5.02. Membrane Modules. The membranes shall have a hollow fiber configuration, and each module shall be individually replaceable. The same module type/model number shall be used on all trains and in all locations on the train. Individual modules shall be isolatable, and individual fibers shall be repairable. Any O-ring seals shall be with food -grade EPDM O-rings. The membrane modules and supporting piping shall be designed for a direct -flow configuration. The system shall allow isolation of the individual modules and individual trains without disrupting operation of the rest of the system. The term "module" shall mean the smallest grouping of membrane modules, elements, or units that can be replaced on a train. The membrane modules, system, and equipment shall comply with the rules, regulations, and requirements of TCEQ. The MFS shall use one of the following types of modules: GE/Zenon ZW-1000- V3/600ft2, Siemens S10V/300ft2 , Siemens L20V/410ft2, or Pall UNA-620A/538ft2 2-5.03. Orientation. Membrane train orientation shall be recommended by the CONTRACTOR but will not be determined until after the Proposal. 2-5.04. Frame. All membrane pressure vessels, membrane modules, piping, instrumentation, and other appurtenances which make up a single membrane train shall be supported on a single structural frame. The frame shall be fabricated from carbon steel or stainless steel and shall be anchored to a concrete foundation with anchor bolts. For submerged assemblies, all metals at or below the water line shall be Type 316 stainless steel. For submerged assemblies, each membrane module rack shall be equipped with stainless steel grating where required to serve as a working platform/walkway during filter integrity inspections and fiber pinning operations. The support frame shall be designed to resist the gravity, seismic, and normal operating forces of the pressure vessels, piping, and other related equipment supported from the frame. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -25- (Membrane Procurement Package) (161704 ) 7 Carbon steel support frames shall have a surface finish consisting of a zinc primer, a 7-mil epoxy -enamel coating, and a 5-mil urethane top coat. 2-5.05. System Integrity. Each membrane train shall include equipment to verify the integrity of the membrane barrier in accordance with the requirements of TCEQ. Integrity verification systems shall include equipment and controls to perform air - pressure -hold (pressure decay) tests and a method to assist operators in locating an individual failed membrane module and fiber. All membrane filtration components shall be designed for and provisions shall be included so the operator can actuate the air -pressure -hold test either manually or automatically at regular intervals (which shall be controlled by an adjustable set point allowing a setting at least in the range of once a week to once every 4 hours). All equipment that is necessary to identify and repair a compromised or broken fiber must be provided by the CONTRACTOR. After the air -pressure -hold test has been selected, the system shall automatically conduct the test, apply a set point air pressure (± 1 psig) to the filtrate side of the fibers, and then shut off the air supply, monitoring the pressure as a function of time. After this, the control system shall place the train back in service. The air -pressure - hold test shall conform with the test method described in Section 4.0 Direct Integrity Testing of the USEPA's Membrane Filtration Guidance Manual, EPA 815-R-06- 009, November 2005, any subsequent revisions, and with the requirements of TCEQ and shall provide: 1) A resolution responsive to an integrity breach of 3 micron or less, and 2) provide a sensitivity to detect at least 4-log removal. 2-5.06. Protective Coating Systems. For submerged membrane systems, all nonsubmerged stainless steel pipe and components and all stainless steel components located within 3 inches below the minimum water surface elevation, shall be painted with an epoxy enamel (NSF) coating system. 2-5.07. Submerged Membrane Tanks. For submerged membrane systems, each train shall be furnished for use with a CONTRACTOR -approved concrete tank. The CONTRACTOR shall submit the internal dimensions (length, width, and height) for the concrete tanks, horizontal and vertical clearances, and any other spatial requirements associated with installation of submerged membranes in concrete tanks, as part of the Initial Technical Submittal. Each concrete tank shall be furnished by the Construction Contractor. As part of the Initial Technical Submittal, the CONTRACTOR shall provide recommendations in regards to necessary coating systems and/or interior tank surfaces which shall be compatible with all stated and/or anticipated treatment/CIP chemicals. The Construction Contractor shall provide all necessary handrail, including, but not limited to, the perimeter of tanks, all elevated access points, and stairs, that complies with all applicable building and safety codes. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -26- (Membrane Procurement Package) (161704 ) 2-5.08. Module Lifting _Load ing/Unloading Device(s). The CONTRACTOR shall fumish the number of devices as specified. Each device shall allow one (1) operator with a rated ability to lift no more than 50 Ibs, without assistance, to install and uninstall a module on a nd off the unit and to test and repair the module. The device shall meet applicable labor regulations, including the requirements of OSHA and the State. 2-6. PIPING. All MFS piping internal or integral to the MFS skids 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. For piping external to the MFS skids (to be provided by the Construction Contractor), as part of the Initial Technical Submittal, the CONTRACTOR shall state what piping, if any, must be of such a material that no particles will be released from the piping to locations that could damage the membranes. The CONTRACTOR shall also state what pipe materials are acceptable and the limits this piping shall be supplied for. Train unit piping shall be arranged in order to assure that a straight run of pipe is used for the flow meters in compliance with recommendations of the meter manufacturer. Threaded fittings shall not be used for pipe diameters exceeding 2 inches. Unless otherwise specified, the membrane filter feed, filtrate, backwash supply, backwash waste, and CIP circulation piping furnished with a train shall be Schedule 10S, Type 316L stainless steel or Schedule 40S, Type 316L. At the option of the CONTRACTOR, Schedule 80 PVC may be used for backwash waste service and Schedule 80 CPVC piping may be used for CIP service provided that the operating pressure can never exceed 50 psi. Sulfuric acid and sodium hypochlorite piping shall be CPVC (CPVC-1). Citric acid piping shall be PVC (PVC-2). Sodium hydroxide piping shall be carbon steel (CS-2 and CS-3). Piping used for process air, compressed air, and instrument air shall be stainless steel or copper. Refer to the pipe specification sections in Division 15 of these documents for specific requirments for the above piping. 2-7. VALVES. The MFS shall be furnished complete with all valves and actuators internal to a train or skid unit and all external valves required to be both automatically (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -27- (Membrane Procurement Package) (161704 ) C! a controlled by the system or manually actuated. The CONTRACTOR shall furnish all automated double block and bleed valve assemblies as specified. 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. 2-7.01. Chemical Service Valves. Diaphragm valves shall be used for sodium hypochlorite chemical piping. Plug valves shall be used for sodium hydroxide chemical piping. Ball valves shall be used for sulfuric acid and citric acid chemical piping. Valve diaphragms, O-rings and seats shall be suitable for the chemical service. 2-7.02. Butterfly Valves. Butterfly valves shall be provided as specified. 2-7.03. Manually -Actuated Valves. Manually -actuated valves shall have a steel handle for direct mount on top of the valve stem, with a spring -loaded lever and graduated notch plate. Manually -actuated valves shall be provided with lockable handles. 2-7.04. Pneumatically -Actuated Valves. Pneumatic actuators shall be as specified. 2-7.05. Electrically -Actuated Valves. Electric actuators shall be as specified. 2-7.06. Electric -Hydraulic Actuators. All membrane filtration system modulating valves shall be provided with electro-hydraulic modulating valve actuators as specified. 2-7.07. Pneumatic Positioners. Positioners shall be as specified. 2-7.08. Needle Valves. Needle valves shall be 1/4 inch, rated 5,000 psi with Type 316 stainless steel bodies and stems. They shall have male pipe threaded inlets and tube -fitting outlets, with Kel-F type stem seats and TFE packing. 2-7.09. Check Valves. The discharge check valve on the CIP system cleaning solution, neutralization system (if required), and heat water recirculation pumps shall be provided as specified. Compressed -air system check valves shall be disc type with stainless steel bodies rated at 600 psig and as specified. 2-7.10. Sample Valves. Each MF/UF train shall include sample valves on the feed, filtrate, and backwash/backpulse. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -28- (Membrane Procurement Package) (161704 ) 2-7.11. Other Valves and Accessories. All other valves which are not listed, but are required by the manufacturer for proper system operation, shall be supplied by the CONTRACTOR. The CONTRACTOR shall supply all pneumatic tubing, air supply regulators, and control devices required for actuation of internal pneumatic -actuated valves. Units shall include air release valves, vacuum breakers, and other devices to prevent stress to components and membranes due to hydraulic stress, such as water hammer, during routine operating cycles as well as anticipated emergency operations. 2-8. CLEAN -IN -PLACE (CIP) SYSTEM AND MAINTENANCE WASH (MM SYSTEM. The CONTRACTOR shall furnish integral, automatic, membrane cleaning systems designed to maintain MFS performance by reducing the transmembrane pressure to achieve clean -membrane conditions. The systems shall have all control panels, pumps, motors, and associated components on a common skid to the maximum extent possible; however, separate skids shall be provided for each CIP chemical and each MW chemical. All wiring required between pieces of the skid mounted equipment shall be supplied, installed, and terminated by the CONTRACTOR. The system shall be designed to clean the membranes in -place without requiring their removal from skid units or tanks. The CIP system shall be sized to clean one membrane filtration train at a time and allow all other trains to remain in production. The MW equipment system shall be a separate system system fully independent from the CIP equipment such that operation of CIP on one skid or rack does not prevent or interfer with MW operations on another skid or rack. All CIP and MW chemical feed systems, including pumps and controls, piping and piping appurtenances, shall be provided with one (1) fully redundant system, not including tankage. CIP and MW chemical transfer/metering pumps for the same chemical may share a common standby pump if recommended by the CONTRACTOR. All chemical pump systems shall be furnished with dedicated skids in accordance with the Contract Documents. Where required, chemical storage tanks shall be furnished by the CONTRACTOR. When a membrane filtration train undergoes the maintenance wash or CIP process, it shall be automatically isolated to provide an air gap from the other trains. The design of the maintenance wash and CIP systems shall incorporate automatic safety features to assure that chemical washing solutions are adequately rinsed from the system and will not contact filtered water. The chemical washing and rinse water shall be discharged from the system similar to CIP solution waste streams after proper pH neutralization and dechlorination. The OWNER intends to expand the MFS within the same membrane room in the future to a capacity of 20 MGD. Therefore, the CIP, MW, and neutralization systems shall be designed with sufficient capacity to serve a 20-MGD MFS. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -29- (Membrane Procurement Package) (161704 ) CONTRACTOR shall assume that the future 5-MGD expansion will consist of trains and modules of the same characteristics as the ones provided under this Contract. 2-8.01. CIP/Neutralization System. The CIP system shall be sized to clean one (1) membrane filtration train at a time and allow all other trains to remain in production. All components of the CIP system shall be compatible with cleaning solutions used by the CONTRACTOR for its system. The CONTRACTOR shall furnish all components of the CIP system necessary for proper operations, including at a minimum, the following: Fiberglass reinforced plastic (FRP) CIP/neutralization process tanks and equipped with immersion heaters where required, with the ability to elevate solution temperature to 20 degrees Celsius within a 4 hour period. The tanks shall be sized for the maximum volume required to clean one membrane filtration train with adequate free board for mixing. The tanks shall have all necessary interfacing pipe connections, including those required for vents, overflows and drains. The tanks shall be equipped with an external level sight gauge in addition to other instrumentation required. Reference to Section 13190 for tank specifications. - CIP, neutralization, and heat water (if needed) recirculation pumps. At least two equally sized (duty and one standby) pumps shall be provided for each required service. The pumps shall be ANSI process, horizontal end suction centrifugal type, constructed of Type 316 stainless steel and shall meet the requirements specified (see Section 11115). All neutralized and dechlorinated CIP solutions will be pumped to the Membrane Waste Evaporation Basins (by Construction Contractor) for disposal with pumps supplied by the CONTRACTOR. The complete neutralization system shall be provided by the CONTRACTOR. The water surface elevation at the evaporation ponds is expected to be at approximately elevation 3163 and be located approximately 2,100 feet from the membrane room. - All CIP chemical feed systems, including pumps and controls, piping and piping appurtenances. All chemical pump systems shall be skid mounted. Chemical storage tanks, where required, shall be furnished by the CONTRACTOR. Refer to Section 11727 of these documents for specification details for chemical feed systems. Instrumentation required for the CIP and maintenance wash systems shall be furnished, including devices required to measure tank levels, pH, chlorine residual, conductivity, temperature, pressure, and flow of cleaning solutions. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -30- (Membrane Procurement Package) (161704 ) 8, I' a - Submerged membrane systems will not be allowed to neutralize and dechlorinate CIP solutions in the membrane tanks prior to draining. 2-8.02. MW System. In addition to CIP equipment, the CONTRACTOR shall supply separate equipment to accomplish a maintenance wash fully independent from the CIP system, including separate sets of valves, piping, and all components, such that MW operations can occur on units while CIP operations are being conducted on other units. All components of the MW system shall be compatible with cleaning solutions used by the CONTRACTOR for its system. CIP and MW chemical transfer pumps for the same chemical may share a common standby pump if recommended by the CONTRACTOR. The CONTRACTOR shall furnish all components of the MW system necessary for proper operations, including at a minimum, the following: A complete stand alone maintenance wash system shall be provided by CONTRACTOR. CONTRACTOR shall state in their proposal what maintenance wash equipment is being provided. The CONTRACTOR shall furnish all components of the maintenance system necessary for proper operations. As a minimum MFS shall be able to conduct at least two (2) types of MW, one (1) acidic type at low pH and one (1) caustic/chlorine type with high pH and/or chlorinated solutions. - All maintenance wash chemical feed systems, including pumps and controls, valves, piping appurtenances, and pipe which is integral to the equipment skids. All chemical pump systems shall be skid mounted. Chemical storage shall be furnished by the CONTRACTOR as indicated in Section 11727. - Instrumentation required for the MW system shall be furnished, including devices required to measure tank levels, pH, chlorine residual, temperature, pressure, and flow of cleaning solutions. - Submerged membrane systems will not be allowed to neutralize and dechlorinate MW solutions in the membrane tanks prior to draining. 2-9. BACKWASH SYSTEM. A system shall be provided to periodically remove accumulated solids from the active surface of the membrane and rinse them to waste. The backwash sequence shall be designed so that the same volume (amount of water in gallons) of backwash water is produced per unit backwash irrespective of the degree of membrane fouling (resistivity or permeability) or variation in water temperature (viscosity effect). The system shall be designed to backwash a single unit at a time. The backwash system shall include backwash supply storage tank, pumps, valves, strainer, instruments, and controls necessary for a complete operating system. The (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -31- (Membrane Procurement Package) (161704 ) i i filtrate pipe will not discharge into the Clearwell's bottom, but it will go up and overflow at a certain height above the bottom. This type of discharge will be provided so that the membrane system sees a constant head at the discharge of the filtrate pipe. This configuration will not allow water to be supplied from the Clearwell when backwash flows are higher than the system's flow during low production periods (as low as 2 MGD for the entire plant). Therefore, CONTRACTOR shall not rely on filtrate water effluent from the membranes or finished water from the Clearwell being available in enough quantity for backwash operations, but shall provide a backwash tank with sufficient storage capacity for all conditions. During low flow periods, the water supply for backwashing shall not be withdrawn from the filtrate header at a flow exceeding 700 gpm. At least two backwash supply pumps shall be provided and at least one pump shall be a completely redundant standby unit. Pumps shall be horizontal end suction centrifugal type and shall meet the requirements specified in Section 11115. Each installed pump shall be equipped with an adjustable frequency drive to account for variable system operating pressures and flows while optimizing energy usage. The pumps shall be controlled automatically through all system operating cycles. The backwash cycle(s) shall operate automatically. The CONTRACTOR shall provide sufficient instrumentation to monitor backwash system operations, including as a minimum flow and pressure, and provided analytical instruments needed to monitor injection of maintenance wash treatment chemicals. All monitored parameters shall be displayed locally and on the system workstation. 2-10. AIR SYSTEMS. The CONTRACTOR shall furnish a compressed air system and an aeration system to provide process and control air as needed for the MFS. A common system for air scouring and pneumatic valve actuation is not acceptable. The systems shall have all control panels, including PLC and VO modules. All wiring required between pieces of the skid mounted equipment shall be supplied, installed, and terminated by the MSS. The compressed air and aeration systems shall be furnished as complete systems with all components necessary for proper operations. Equipment furnished shall, at a minimum, meet the requirements of the corresponding equipment specifications. Compressed air system equipment shall consist of rotary screw air compressors (including one completely redundant standby unit), mist eliminator, air supply filters, dryers, a minimum of two receivers, regulators, accessories, piping, valves, pneumatic systems, Control Panel, PLC, and VO for instrumentation and controls. Refer to Section 11635 for detailed compressed air system specifications. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -32- (Membrane Procurement Package) (161704 ) Aeration systems shall consist of either centrifugal or rotary, positive displacement blowers, Control Panel, PLC, 10 for instrumentation and controls, and associated components. One completely redundant standby blower unit shall be furnished. Refer to sections 11610 and 11625 for detailed specifications for the aeration system. t _, 2-11. MEMBRANE FILTRATION SYSTEM PILOT UNIT. A membrane filtration system pilot unit shall be furnished and delivered to the project site. The pilot unit shall be similar to the pilot unit provided during the previous pilot testing. The pilot unit shall use membrane module(s) that are identical to the modules proposed for the full-scale membrane filtration system. The pilot unit shall be fully automated and programmed to operate identical to the full-scale system. The pilot unit controls shall be configured in such a way as to allow modifications to the procedures for optimization purposes. The PLC/OIT control system shall be similar to the full-scale system and shall be able to communicate with the plant SCADA system. The pilot unit will be installed (by construction contractor) at the project site on a permanent basis. Connections will be provided for membrane feed water, pilot plant waste, process air, and power. All ancillary systems required for the proper operation that will not fit on the primary unit, including chemical metering and storage systems, shall be provided on a separate skid mounted system. 2-12. ELECTRICAL REQUIREMENTS. 2-12.01. Panel Construction. All panels provided with the membrane system 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. 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. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -33- (Membrane Procurement Package) (161704 ) t- ti 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. 2-12.02. 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. 2-12.03. Device Installation. All devices within the panel shall be permanently identified. The device and terminal identifications shall agree with those indicated on the equipment submittal drawings. 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. 2-12.04. 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. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -34- (Membrane Procurement Package) (161704 ) 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. The power entrance for 120 VAC panels shall be as specified. 2-12.05. General Electrical. See Section 16050. 2-12.06. Adjustable Frequency Drives. Adjustable frequency drives shall be provided by the CONTRACTOR and in accordance with Section 16150. 2-12.07. General Purpose Induction Motors. Reference Section 16220 for technical requirements of general purpose induction motors. Additional requirements may be found within the driven equipment sections. 2-13. INSTRUMENTATION & CONTROL SYSTEM. 2-13.01. Controls. An Instrumentation and Control System shall be provided for the MFS as specified herein and in Sections 13500 and 13530. A network of programmable logic controllers (PI -Cs) shall control the membrane filtration trains. Each membrane filtration train shall have a single, non -redundant control system with a dedicated PLC to control filtration, backwash, and cleaning. A master PLC shall control the feed or filtrate pumps, coordinate operation of the membrane filtration units, control the chemical feed pumps dosing, and monitor the cleaning and air systems. The master PLC shall be capable of controlling all membrane filtration trains, interfacing with the plant -wide control system, and providing resiliency to the control system. All signals from equipment provided by the MFS to be connected to the PLC shall be identified by the CONTRACTOR for incorporation in the installation and construction contract. The overall filtration system proposed by CONTRACTOR shall be designed in such a manner that no single PLC, PLC component, communication failure, equipment failure, etc. will cause the loss of control of more than 20 percent of the treatment capacity. The design intent is that under no circumstances should the facility lose the ability to produce water. If this is accomplished by using a Master PLC with PI -Cs distributed on each membrane train, then an Operator Interface Terminal (OIT) shall be provided on each membrane train to provide diagnostic information specific to each train. Each membrane train shall have its own PLC and OIT for direct control of trains for maintenance and troubleshooting. The OIT on each train shall be capable of directly communicating to the PLC on the corresponding train. These train -mounted interfaces shall be a "PanelView" type interface with keypad and LCD screen. An alternative approach shall utilize redundant/hot standby master PI -Cs located within the master PLC enclosue. If the redundant/hot-standby master PLC is utilized, then only a single OIT/workstation shall be required installed flush mounted on the enclosure door to provide diagnostic information and control for MFS equipment. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -35- (Membrane Procurement Package) (161704 ) The control system shall provide all Ethernet messaging required to exchange data between the MFS Master PLC/s, MFS workstation and the Plant Control System (PCS). All MFS PLCs, if multiple PLCs are provided for each train, shall be connected via Ethernet or other PLC data highway for direct messaging and inter - PLC communications. The PLC network shall be physically separate from the PCS Ethernet network. The CONTRACTOR shall provide a listing of the input/output signals required for interface between MFS control system and PCS. The listing shall include, but not be limited to, point ID (tag name, per standards), description, and IP address and PLC name of originating PLC. The CONTRACTOR shall compile a listing of all signals needed from equipment provided by the Construction Contractor. This listing shall include description and IP address and PLC name to which the signal should be written. Coordination of messaging requirements shall be provided between the CONTRACTOR and the System Supplier'. All network switches shall be provided by the MFS. Switches shall meet the requirements listed herein. All PLC input and output signals and/or data transmitted from or to the PLC from any other software device shall be referred to as the PLC's "Memory Map." The memory map shall be organized into contiguous groups of signals hereafter referred to as "Memory Blocks." Memory blocks shall only contain signals/data that is required to interface with SCADA system or OIT's. 2-13.01.01. Wiring. To the largest extent possible, all wiring to and from each MFS unit PLC and the external devices associated with each membrane filtration unit shall be factory -wired within corrosion -resistant wirewa or conduits stem. The rY Y Y raceway system shall consist of PVC coated rigid steel conduit or liquidtight flexible metal conduit as specified in Section 16050. Where wireways are used provide NEMA Type 4X stainless steel wireways as specified in Section 16050. 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 membrane train shall be fully assembled, wired, and tested at the factory. The only field connections should be power, communications bus, compressed/process/instrument air, and process line - . connections. 2-13.02. Instrumentation. The MFS shall be furnished with the following instrumentation devices at a minimum. These devices shall be mounted as part of the train and be factory wired and tested. The CONTRACTOR shall submit a } schedule of these devices with the Technical Information Submittal, including the information requested in the sample below (or approved equal): 1 The System Supplier will be a subcontractor to the CONSTRUCTION CONTRACTOR that is responsible for the instrumentation and control systems to be provided in the construction contract. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -36- (Membrane Procurement Package) (161704 ) 1, 2-13.02.01. 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 required by CONSTRUCTION CONTRACTOR. 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 designation. Function Tag Installation Manufacturer/ Type Span No. Location Model Filtrate Flowmeter * Train Filtrate Line See Below Magnetic Filtrate Pressure * Membrane Filtration See Below Diaphragm Transducer Array Feed Pressure * Membrane Filtration See Below Diaphragm Transducer Array Filtrate Manifold * Membrane Filtration See Below Ultrasonic Level Array Filtrate Turbidity * Train See Below Low Range Turbidimeter Filtrate Manifold Membrane Filtration High Level Switch * Array Float or Probe N/A * By CONTRACTOR Other instrumentation for the WTP will be provided by the CONSTRUCTION CONTRACTOR and its System Supplier, which will be connected to the overall Plant Control System. This on-line instrumentation will provide values including feed flow, feed turbidity, filtrate combined turbidity, and filtrate combined pH. CONTRACTOR shall be responsible for providing all instrumentation necessary for a complete, }} operating system. 2-13.02.02. GENERAL. THE FOLLOWING PARAGRAPHS PROVIDE MINIMUM DEVICE REQUIREMENTS. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -37- (Membrane Procurement Package) (161704 ) 2-13.02.02.01. 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. 2-13.02.02.02. 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. 2-13.02.02.03. 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. 2-13.02.03. Magnetic Flowmeters, Signal Converters, and Accessories. 2-13.02.03.01. 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 B16.5, 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 and shall comply with the requirements specified in the instrument device schedules. 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 submitted as part of the operation and maintenance manual submittal. The meter shall be capable of standing empty for extended periods of time without damage to any components. When required, the meter housing shall be of a splash -proof and drip -proof design. Meters shall be as manufactured by ABB/Fischer & Porter, or Rosemount. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -38- (Membrane Procurement Package) (161704 ) 2-13.02.03.02. 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 ±0.5 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. When required, the converter shall also have a pulse output designed to operate a remote seven -digit totalizer and scaled so that the totalizer will operate for 60 days at 100 percent flow without repeating. Scaling factors shall be field adjustable and shall be selected to provide a totalizer multiplier of a power of 10. Transmitters specified to be of the indicating type shall contain a local indicator with a minimum four digit LCD type display, scaled to read in engineering units of flow. 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 have a non -reset seven -digit, or a manually reset six -digit, totalizer on the face of the enclosure. 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. 2-13.02.04. "Smart" Differential Pressure Transmitters. Transmitters shall have "smart" electronic circuitry and shall be of the two -wire type. Process fluid shall be isolated from the sensing elements by AISI Type 316 stainless steel, Hastelloy-C or cobalt -chromium -nickel alloy diaphragms, and a silicone oil fluid fill. Transmitters shall be enclosed in a NEMA Type 4X housing and shall be suitable for operation at temperatures from 00 to 180°F, with relative humidity of 5 to 100 percent. All parts shall be cadmium- plated carbon steel, stainless steel or other corrosion -resistant materials. Vents shall be provided on the sides of the diaphragm housing body. Transmitters shall have positive over -range protection. Accuracy of the transmitters shall be 0.10 percent of span, and the effect on accuracy caused by static pressure changes shall be negligible. Transmitter output shall be 4-20 mA without the need for external load adjustment. Transmitters shall not be damaged by reverse polarity. Each transmitter shall be provided with carbon steel, three -valve manifold and a mounting bracket as required. Manifolds shall have test ports on the instrument side of the valves and shall be Anderson -Greenwood "M47. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -39- (Membrane Procurement Package) (161704 ) Transmitters shall be factory calibrated to the required range and provided with the manufacturer's standard hand-held communications/calibration device. One device shall be furnished for all transmitters provided by a single manufacturer. Transmitters tagged on the drawings or specified to be the indicating type shall be furnished with LCD type digital indicators. Transmitters shall be Foxboro "Model IDP10-D ", Endress & Hauser "Deltabar S Series", ABB Model 264DS, or Rosemount Model 3051 C. 2-13.02.05. Ultrasonic Level Transmitters. Each ultrasonic level transmitter shall be a microprocessor -based electronic unit consisting of a sensor assembly, a signal converter/transmitter, and an interconnecting cable. The sensor shall be encapsulated in a chemical and corrosion -resistant material such as kynar or CPVC, and shall be suitable for operation over a temperature range of -200 to +150°F and a relative humidity of 10 to 100 percent. The sensor shall be compatible with the process media being measured. Sensors mounted in areas subject to freezing shall be provided with special transducers or protected against icing by heaters. Sensors mounted in direct sunlight shall be provided with sunshades and were possible instrument readout shall face north. The supplier shall coordinate the sensor mounting requirements and furnish drawings complete with dimensions and elevations. The ultrasonic level transmitter shall have automatic compensation for changes in air temperature at the sensor location. If separate temperature sensing probes are provided, they shall be mounted with or adjacent to the ultrasonic sensor, as recommended by the manufacturer. The transmitter shall have a four -digit LCD display scaled to read in engineering units. Digit height shall be approximately 1/2 inch. The transmitter shall be designed to ignore momentary level spikes or momentary loss -of -echo. A loss -of -echo condition shall be indicated on the transmitter unit and shall be available as an alarm contact output. The transmitter output shall be an isolated 4-20 mA signal linearly proportional to the measured level range. When required, the output shall be characterized to be proportional to the tank volume instead of to the tank level. Calibration parameters shall be entered through a keypad on the unit and shall be stored in nonvolatile EPROM memory. Accuracy of the transmitted signal shall be ±0.5 percent of the level range. When required, the transmitter shall be a differential level -sensing unit that accepts inputs from two ultrasonic level sensors. The transmitter output shall be proportional to the difference in level. The differential value shall be displayed on the unit. An adjustable alarm contact, actuated by differential level, shall be provided. (City of Lubbock, Texas ) 13030 (Lake Alan Henry VVTP ) -40- (Membrane Procurement Package) (161704 ) The transmitter shall contain four independently adjustable level alarm contact outputs. Contacts shall be single -pole, double -throw rated not less than 5 amperes at 120VAC. A sufficient length of sensor -to -transmitter signal cable shall be furnished with the instrument to locate the sensor 25 to 200 feet from the signal converter. When outdoor installation is required, the signal converter electronics shall be housed in a weatherproof, corrosion -resistant NEMA Type 4 enclosure suitable for wall or pipe stand mounting and for operating temperatures of -150 to +1250F and a relative humidity of 10 to 100 percent. A thermostatically controlled strip heater shall be provided in the signal converter enclosure. The signal converter shall be of the ac-powered type. The ultrasonic level transmitter shall be Milltronics HydroRanger Plus, Endress & Hauser Prosonic, or STI/Magnetrol "Echotel 344." 2-13.02.06. 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. Where indicated in the drawings or on the Instrument Device Schedule, stem mounted gauges shall have an adjustable viewing angle to allow the gauge to be positioned for optimum viewing. 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. 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 AISI Type 316 stainless steel diaphragm, zinc (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -41- (Membrane Procurement Package) (161704 ) or cadmium plated carbon steel upper housing, and stainless steel lower housing. 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 MFS 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, mounting and installation hardware shall be Type 316L stainless steel. Pressure gauges shall be Ashcroft "1279 Duragauge", or equal. 2-13.02.07. Pressure Switches. Pressure switches shall be diaphragm actuated 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. Switches shall be differential type where indicated in the Instrument Device Schedule. 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. Panel -mounted and surface -mounted switches shall be provided with 1/4 inch NPT connections. All stem -mounted switches shall be provided with 1/2 inch 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 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. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -42- (Membrane Procurement Package) f (161704 ) A diaphragm seal shall be provided for the respective switch. Diaphragm seals shall be thread -attached type with removable AISI Type 316 stainless steel diaphragm, zinc or cadmium plated carbon steel upper housing, and stainless steel lower housing. 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. Switches shall be manufactured by Ashcroft, Barksdale, Mercoid Controls, or S.O.R. 2-13.02.08. Low Range Turbidity Analyzers. Analyzers shall operate with a continuous flow of sample through the sample cell to drain. Sample flow rate shall be approximately 0.2 gpm. The sample cell shall be constructed of all corrosion -resistant materials and shall have an integral bubble trap. Accessories shall be provided as required to allow for a field calibration check of the analyzer. The secondary calibration standard shall be an optical glass calibration cube that has a known NTU value. One secondary calibration device shall be provided for each four analyzers. A one-year supply of consumables, including a primary standard formazin calibration kit, shall be provided with each analyzer. The analyzer shall have a master indicator mounted near the sample cell and connected to the sample cell with a special cable. The unit shall have an auto -ranging three or four -digit display that indicates turbidity within a range of 0.001 to 100 nephelometric turbidity units (NTU). The master indicator shall be housed in a NEMA Type 4X enclosure and shall be of the ac-powered type. The master indicator shall have a linear 4-20 mA output signal that corresponds to a pre -selected turbidity range. As required, the unit shall have two alarm output relays for high -low turbidity or other pre -selected alarms. A turbidity analyzer shall be supplied for each 'train' filtrate flow. The turbidity analyzer shall be Hach Chemical Company FilterTrak 660 Laser Nephelometer. 2-13.02.09. pH and ORP Analyzers. The pH or ORP sensors and analyzer/transmitters shall be products of the same manufacturer. The cable between the sensor and the transmitter shall be provided by the manufacturer. The sensor shall (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) 43- (Membrane Procurement Package) (161704 ) consist of a kynar, PVC, polypropylene, or other chemical -resistant electrode housing containing a glass pH electrode and a fouling -resistant reference electrode, or gold/platinum ORP electrodes. The pH reference electrode shall be self-contained and shall not require an external electrolyte reservoir. The sensor shall have automatic temperature compensation. Flow -through type sensors as required, shall have 3/4 or 1 inch NPT process connections and shall be suitable for a working pressure of 1 to 100 psig at 140°F, with a sample flow rate of 0.5 gpm. Submersion type sensors as required, shall be suitable for submersion in 30 feet of water at temperatures of 32 to 140°F. A protection shroud shall be provided to protect the electrode. The cable and cable entrance to the sensor shall be suitable for submersible applications. Each pH sensor assembly shall be provided with a maintenance kit that shall include a spare pH electrode, a spare reference electrode, and other spare parts as recommended by the manufacturer. The transmitter shall be enclosed in a cast aluminum or fiberglass reinforced plastic NEMA Type 4 housing. The transmitter shall be microprocessor based, with integral diagnostics, and with non-volatile memory. The transmitter shall be suitable for ambient temperatures of -30 to +60°C and a relative humidity of 0 to 100 percent. The transmitter shall have an isolated 4.20 mA do output linearly proportional to the measured range, with an accuracy of ± 0.2 percent of scale. The transmitter shall have a 32 character alphanumeric multiline LCD display that is menu driven. Transmitter range shall be as indicated. The transmitter shall have automatic temperature compensation over a range of 0 to 50°C. The transmitter shall be of the ac-powered type. The transmitter shall be supplied with an appropriate length of signal cable for connecting the transmitter to the sensor. The pH analyzer shall be manufactured by Hach. 2-13.02.10. Chlorine Residual Analyzers. Chlorine residual analyzers and appurtenances shall be provided to measure the total chlorine residual in a continuous flow sample. For each type of analyzer supplied, a chlorine analyzer cleaning kit shall be provided. One year worth of all consumables shall be provided along with the cleaning kit. 2-13.02.10.01 Amperometric Chlorine Residual Analyzers and Titrator. The analyzers shall be of the amperometric or amperometric/polarographic type, with automatic sample temperature compensator, sample flow control, and self-cleaning electrode assembly for operation over an adjustable range between 0 to 60 mg/L of chlorine. Each analyzer shall consist of three electrodes which will generate electric current and constant potential for accurate readings. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -44- (Membrane Procurement Package) (161704 ) The analyzers shall be of the amperometric or amperometric/polarographic type, with automatic sample temperature compensator, sample flow control, and self-cleaning electrode assembly for operation over an adjustable range between 0 to 50 or 0 to 20 mg/L of chlorine. Each analyzer shall consist of three electrodes which will generate electric current and constant potential for accurate readings. Each analyzer shall operate with the following conditions: Chlorine range, mg/L of chlorine 0 to 50 or 0 to 20 Analyzer accuracy Residual levels below 20 mg/L: ±1% or 0.001 mg/L of chlorine, whichever is greater Residual levels below 60 mg/L: ±5% or 0.002 mg/L of chlorine, whichever is greater Minimum required detection limit, 0.001 mg/L chlorine Sample water flow Capital Controls: 5.5 to 7.2 gph Wallace & Tiernan: 0.1 to 5.0 gph Sample water pressure, psi Capital Controls: 5 to 10 Wallace & Tiernan: 0 to 5 Each analyzer shall be furnished with the following accessories: Sample filter. Integral indicator calibrated 0 to 50 mg/L of chlorine. A 1 year supply of chemicals and expendable materials. Drain and overflow hose to bell -up. Each analyzer instrument shall include a transmitter having a minimum of one 4 -20 mA do signal output. The analyzer shall be equipped with a minimum of three programmable relays to signal alarms. The analyzer shall operate using a 120 VAC, 60 Hz, single phase power supply. The analyzer and electronics shall be installed in a wall panel for mounting. The electronics shall be enclosed in a NEMA 4X cabinet for protection. The analyzer dimensions shall not exceed 19 inches tall by 22 inches wide by 11 inches deep. One amperometric titrator for measuring total or free residual shall be furnished for calibration of the chlorine residual analyzers. The titrator shall be complete with sample (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -45- (Membrane Procurement Package); (161704 ) i a_ container, titrator solution bottle, pipettes, instruction book, chemicals, and other items required for proper operation. The titrator shall operate using a 120 volt, 60 Hz, single phase power supply. The analyzer shall be Capital Controls "Series CL1000", ATI Model "A15/79", or U.S. Filter/Wallace & Tiernan "Micro/2000". The titrator shall be Capital Controls "Series 17T2000" or U.S. Filter/Wallace & Tiernan "Series A-790". 2-13.02.11. Particle Counters. Not used. 2-13.03. Programmable Logic Controllers. Programmable Logic Controllers shall meet the requirements as specified herein and in Section 13530. The CONTRACTOR shall be responsible for establishing communications between the membrane train PLC's, air system PLC's, membrane OIT, and the master PLC and between the master PLC 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 PI -Cs to communicate to the Ethernet switch previously described. The PI -Cs shall be provided with uninterruptible power supplies as indicated in Section 13500 for each PLC cabinet. An uninterruptible power supply (UPS) shall be provided and shall be sized to supply power to the PI -Cs and essential loads and 24VDC powered instrument loops per the requirements listed in Section 13500. 2-13.04.. Coordination with Plant Control System (PCS) Network. Network 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 availablewhen 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. 2-13.04.01. PLC Programming Coordination Meetings. A technical software programmer representative of the MFS manufacturer shall attend software coordination meetings at the Owner's facilities, to discuss and review the software coordination _ (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -46- (Membrane Procurement Package) (161704 ) lyr issues. The plant System Supplierz will issue a "Software Configuration Standards and Conventions" document or verbally communicate those standards and conventions } during the meeting to be used as a guide in programming the PLC software. An initial meeting will take place before any software configuration commences. The MFS's technical programming personnel shall also attend this meeting. In addition the System Supplier shall have a minimum of three coordination meetings with the OWNER, ENGINEER, and the System Supplier during the software development period to assure proper coordination of the various software programming efforts associated with this project. The meeting will discuss programming conventions and standards as established by the System Supplier, OWNER, and ENGINEER, and will establish the signal interface requirements. These standards and conventions will outline programming styles, methods, standard algorithms, documentation requirement, tagging naming standards, equipment numbering, color schemes, alarm schemes, data storage, and reporting methods to be used for the PLC and OF programming. The meeting will be held at one of the OWNER's facilities, and the location and schedule will be arranged by the OWNER once initiated by the System Supplier. The CONTRACTOR shall provide memory maps ofthe MFS 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 MFS 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. 2-13.05. Network Systems. The CONTRACTOR shall furnish all hardware and software for the network systems for the MFS 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. A programming or system -configuring device, or software required for programming, shall be provided for systems that contain any equipment that requires such a device or software for routine maintenance and troubleshooting. The programming device shall be complete, newly purchased for this project, and shall be in like -new condition when 2 The System Supplier will be a subcontractor to the CONSTRUCTION CONTRACTOR that is responsible for the instrumentation and control systems to be provided in the construction contract. (City of Lubbock, Texas ) 13030,... (Lake Alan Henry WTP ) -47- (Membrane Procurement Package) (161704 ) turned over to Owner at completion of startup. Programming software shall be licensed to the Owner. 2-13.05.01. 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 10BaseFL/100BaseFX fiber ports to meet the functionality indicated on the drawings, with a minimum of 20% spare auto -negotiating 10/100Base-T, RJ45 ports, and two multimode fiber uplink ports. A minimum of four UTP ports shall be provided. b. Each switch connection shall automatically sense the network speed of the devices to which it is connected. C. Path Redundancy: IEEE 802.1 w 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. 2-13.05.02. Ethernet Connectors. Ethernet wiring connectors shall be RJ-45 male modular plug connectors. 2-13.05.02.01. Standard RJ45 Connectors. SOndard connectors shall be polycarbonate, clear connectors. Connectors shall conform to RJ45 and ISO 8877 standards. Contacts shall be gold plated with a 0.5A current rating and a-250 to 600 C temperature rating. Connectors shall accept unshielded Cat 5e or Cat 6, AWG 24, solid conductor cable. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -48- (Membrane Procurement Package) (161704 ) 2-13.05.03. 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 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. 2-13.05.04. 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 O.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 Cats 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. 2-13.05.05. 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 PI -Cs and communications modules. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -49- (Membrane Procurement Package) i_ (161704 ) �i 2-13.06. Operator Interface. Each train 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. If the CONTRACTOR elects to use a master control panel with redundant/hot standby PLCs in lieu of distributed PLCs, then individual OITs located on each train shall not be required. The 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 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. The CONTRACTOR shall submit proposed displays to the ENGINEER and OWNER for approval. Additionally, after approval, the CONTRACTOR shall provided a representative example of each control system drawing or graphic screen captures for the overlall 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 fo the PLC and shall display status, alarm, and diagnostic information. The unit shall provide a nominal diagonal display area dimension of 12", with a minimum resolution of 800x600,18 bit color, and a luminance of 300 cd/m2. The OF shall be furnished with a minimum of 8 MB of flash memory and 8 MB of system memory. 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 OF shall be rated NEMA 4X, suitable for panel face. Terminals shall be powered from 120 V ac, 60 Hz, single phase. Terminals shall be suitable for ambient temperatures of +32 to +130°F and a relative humidity of 5 to 95 percent. The CONTRACTOR shall be responsible for providing the communication interface between the train PLCs and the OITs. The OITs shall be located on each train control panel and the master PLC enclosure. One licensed copy of the OF software used to create the screens shall be turned over to the Owner upon successful startup and commissioning of the system. The operator interface unit shall beAllen-Bradley PanelView Plus 1250, GE Fanuc, or equal. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -50- (Membrane Procurement Package) J (161704 ) 2-13.07. Programming. The CONTRACTOR shall be responsible for all programming for the MFS PI -Cs, database creations, and generation of all graphic display screens, alarm configurations, and trends 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 PI -Cs and the master PLC. 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 membrane 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 attend a meeting at OWNER's facilities prior to the Stage I submittal to meet with the OWNER's staff, ENGINEER, and System Supplier (responsible for performing I&C/SCADA work outside the CONTRACTOR scope) to review the overall Plant Control System screen configuration and to discuss design requirements for the membrane feed system 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. All membrane system data that is accessed by the PCS shall be gathered directly from the master PLC and/or the train PLC's. The CONTRACTOR shall be responsible for any additional changes required by not meeting these standards. 2-13.08. Submittals. Submittals shall be made in accordance with therequirements of Section 13500 and as listed below. The submittals shall include the following items for the Ethernet Network Design submittal (to be provided with the First Stage Submittals): a. A complete network topology diagram, detailing all hardware, cabling and the interconnections between all connected equipment. Interconnections to existing installed equipment and Owner -furnished equipment shall be included in the diagram. b. A complete listing of IP addresses to be assigned to all equipment furnished under this contract shall be provided. The assignment of I addresses shall be coordinated with the Owner. 3 The System Supplier will be a subcontractor to the CONSTRUCTION CONTRACTOR that is responsible for the instrumentation and control systems to be provided in the construction contract. (City of Lubbock, Texas ) 13030 (Lake Alan Henry VVTP ) -51- (Membrane Procurement Package) (161704 ) I All above documentation shall also be provided in the O&M manuals. 2-13.09. MFS Control. The minimum control strategy (based on encased membranes) is outlined here. (a) For encased membranes, feed pumps will supply flow to the membrane filtration trains. The pump AFD speed shall be controlled by the Master PLC to maintain the level in the supply well within an operator -adjustable range. If the water level in the supply well raises above or drops below the desired level range, alarms alerting the Plant Control System shall be provided accordingly. The PLC shall automatically calculate and place the appropriate number of trains on based on the operator flow set point through the plant. The flow through each membrane filtration unit shall also be able to be set from the local OITs. Backwashes shall be automatically initiated and sequenced by the programmable logic controllers. A CIP cycle must be manually started by an operator but will then proceed automatically. For encased membranes, normal system control shall be by way of varying the position of the feed valve to each train as required to maintain a -- constant upstream pressure. The normal control strategy will be to maintain a uniform flow distribution to all on-line membrane filtration trains. (b) For submerged membranes, filtrate pumps will pump the filtrate from the membrane modules to the Clearwell. The PLC shall automatically calculate and place the appropriate number of trains on based on the operator flow set point through the plant. The pump AFD speed shall be controlled by the master PLC to maintain a constant flow irrespective of transmembrane pressure. The flow through each membrane filtration unit shall also be able to be set from the local OITs. Backwashes shall be automatically initiated and sequenced by the programmable logic controllers. A CIP cycle must be manually started by an operator but will then proceed automatically.. (c) The MFS Control System shall communicate with the Plant Control System (SCADA) provided by the Construction Contractor. The MFS Control System shall enable the Plant Control System to perform all MFS monitoring and control functions. (d) The automatic air and water backwash cycle shall be initiated on an elapsed time basis or if the TMP exceeds the maximum TMP set point. Alternatively, the backwash cycle shall be initiated on an elapsed time basis or if the total filtrate exceeds the volume set point. The MW cycles . (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -52- (Membrane Procurement Package) (161704 ) r_ shall be initiated on an elapsed time basis or once per a selected (and adjustable) number of backwash cycles. The control system shall constrain the system to backwashing only one train at a time. The backwash and MW cycles shall also be capable of being manually initiated. The set points for backwash and maintenance washes shall be individually adjustable for each train. (e) CIP chemical batching shall be operator -initiated through the membrane system workstation, but automatically controlled after initiation. Chemicals will be automatically transferred from the storage totes to the chemical solution tanks where they will be diluted with potable water to a preset concentration which has been input through the operator interface. The chemical solution in the solution tank will be used to clean in place the membranes. The operator shall be able to select through the workstation the ability to reuse the chemical solution a preset number of times before wasting. Any additional chemical or potable water needed to bring the solution back to original volume and strength after a clean in place shall be automatically fed to the solution tank. After the chemical solution has been utilized for the preset number of clean in place cycles, the Master PLC shall alarm the operator to waste the solution and make a new batch. Wasting of a chemical solution batch shall be operator initiated. (f) Automatic cleaning system operation. See the membrane cleaning system paragraph for details. (g) After chemical cleaning, waste the initial production of filtrate until the conductivity returns to within normal limits. (h) The status of all MFS components, as well as the performance of individual membrane filtration trains, shall be monitored on the local OIT. Diagnostic troubleshooting screens and diagnostic 1/0 map screens shall be provided on the train OITs and main OIT. (i) Provide system status to the overall Plant Control System for the following items (minimum): 1. Membrane Filtration train status: Filtration, Backwash, Off -Line, Plant Trip (Alarm). 2. Air compressor and CIP pump status: Run, Stop, Fault. 3. Chemical batch status: Run, Stop, Fault, No. of Washes Remaining, chemical totalization. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -53- (Membrane Procurement Package) 1 (161704 ) } 4. System flows, pressures, and turbidity. The membrane filtration trains shall be capable of being started or stopped on a signal from either the local interface or the Plant Control System. All operator -initiated features on the membrane control system shall be capable of being initiated from the Plant Control System. The MFS controls shall include a pressure -hold integrity test function to allow the operator to monitor the status of the membrane fibers and seal integrity. All programming of the PLCs required to execute the control functions shall be the responsibility of the CONTRACTOR. 2-13.10. Data For Reporting and Trending The CONTRACTOR shall configure the Master PLC to provide data for eventual storage on the Plant C ontrol System historical server. The configuration of these functions will be based upon the Standards and Conventions documents mentioned above. The system shall provide the following data as a minimum for broadcast to the plant control system. MFS System Influent Data Feed Flow Feed Temperature Feed Pressure MFS System Effluent Data Filtrate Flow Filtrate Pressure MFS System Process Data Process Air Pressure Feed Pump Performance Membrane Filtration Performance Data (each train) TMP as a function of time and as a function of cumulative filtrate production since last CIP. Flow Control Valve Position s Feed Pressure Filtrate Pressure Filtrate Flow (City of Lubbock, Texas ) 13030 (Lake Alan Henry V TP ) -54- (Membrane Procurement Package) (161704 ) Major parameters [including, but not limited to backwash conditions (interval and duration), interval between CIPs, results of integrity verification tests, all significant operating variables listed in the specifications or by the CONTRACTOR in the submittals. Permeability (temperature corrected flux divided by TMP) or resistivity (the inverse of permeability) as a function of time and as a function of filtrate production since last CIP (annotated for major events, such as MCP and CIP. Integrity verification test results The CONTRACTOR shall develop and provide the necessary software to be used at the MFS master HMI to automatically generate all TCEQ-required reports from the data collected by the MFS control system. The MFS master PLC shall be configured such that these reports are transmitted to the Plant Control System for printing and reporting purposes. 2-13.11. Data Collection. Data required to ensure proper operation of the system, including the data required by the CONTRACTOR for maintenance, troubleshooting, and determining if modules need servicing such as cleaning or replacement shall be available in the PLC. The plant control system provided by others will collect the required information from the CONTRACTOR PI -Cs. The CONTRACTOR shall coordinate the required data transfer from the Plant Control System to the CONTRACTOR supplied system with the System Supplier4. 2-14. 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. 2-15. SHOP TESTS. Prior to shipment, each membrane unit 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. Testing shall incorporate an air -pressure -hold test function to verify the integrity of the membrane fibers installed in each module and shall verify that the units meet the 4 The System Supplier will be a subcontractor to the CONSTRUCTION CONTRACTOR that is responsible for the instrumentation and control systems to be provided in the construction contract. (City of Lubbock, Texas ) 13030 (Lake Alan Henry VVTP ) -55- (Membrane Procurement Package) (161704 ) i_? requirements for system integrity paragraph. The CONTRACTOR shall include a table of the resulting sonic values in a report to the ENGINEER. The CONTRACTOR shall provide 21 days' notice to the ENGINEER prior to conducting shop tests. The ENGINEER and the OWNER reserve the right to witness the shop tests. The CONTRACTOR shall submit a report to the ENGINEER certifying the integrity of each unit prior to shipment. 2-16. TRAINING REQUIREMENTS. Refer to Section 01660. PART 3 - EXECUTION 3-1. INSTALLATION. The components of the membrane system will be installed by the CONSTRUCTION CONTRACTOR under a separate contract. Installation of all equipment mounted on the membrane modules, racks, skids or trains, in excess of the membranes, shall be the responsibility of the CONTRACTOR. Reference to the CONSTRUCTION CONTRACTOR is for information and clarification of responsibilities. 3-1.01. Division of Responsibilities. Installation and startup of the membrane filtration system shall be coordinated by the CONTRACTOR. The Construction Contractor will install and check out equipment as described in this and other sections of the Specifications. a. Membrane System Supplier (CONTRACTOR). The membrane units shall be furnished with all instruments and individual train PLC panels installed, prewired and calibrated and with all train piping, valvles, and modules installed. The only external electrical connections shall be for electrical power and the PLC communication network. The master PLC panel, individual train PLC panels, and all equipment control panels shall be provided and shall have all internal wiring completed prior to shipping. CONTRACTOR shall verify that the equipment has been installed in accordance with the specifications and MSS equipment requirements, including proper cleaning of all piping to/from the units, before authorizing flow or allowing flow of water to the units, including any operations or testing. CONTRACTOR shall provide a written certification of this to Construction Contractor with copies to Owner and Engineer. b. CONSTRUCTION CONTRACTOR. The CONSTRUCTION CONTRACTOR will furnish and install pipes that interconnect the equipment skids provided by the CONTRACTOR. All MFS valves shall (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -56- (Membrane Procurement Package) (161704 ) d be provided by the CONTRACTOR; however, valves that are not integral to equipment skids and that are shipped loose will be installed by the CONSTRUCTION CONTRACTOR. The CONSTRUCTION CONTRACTOR will furnish and install power cables and data highway cables, and calibrate and install loose instruments that are furnished by the CONTRACTOR. Devices furnished by the CONTRACTOR will be wired to membrane filtration control panels as shown on the CONTRACTOR's one -line diagrams. 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 installations as 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 CONTRACTOR's and MFS equipment manufacturers have been completed. The CONTRACTOR shall inspect all pipe and accesories which transfer water or chemicals to the membrane modules to ensure they have been properly cleaned by the CONSTRUCTION CONTRACTOR prior to placing system in operation for startup or testing. CONTRACTOR shall provide written certification to OWNER indicating that he has inspected the piping and that the system is ready to be started up. 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 under the supervision of 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. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -57- (Membrane Procurement Package) (161704 ) 3-3. SYSTEM PERFORMANCE TESTING. Performance Tests will be performed by the CONSTRUCTION CONTRACTOR in coordination with the OWNER. However, CONTRACTOR shall provide assistance and information as requested. Refer to requirements specified in Section 01650. 3-4. LONG-TERM OPERATION AND MAINTENANCE SERVICES. At his option, the OWNER may decide to include in this Contract long-term operation and maintenance services (Stage IV Work) listed as an alternative item in the Proposal Form. If included, these services shall consist of the following: • Two Year Performance Support and Operations Assistance • Two Year Maintenance Services 3-4.01. Performance Support and Operations Assistance. The CONTRACTOR shall provide two (2) years of long-term performance support and operations assistance to the OWNER. The period shall commence on the date of Substantial Completion of the construction contract. The support services shall include regular onsite visits (monthly for the first three months and quarterly thereafter), and may also include unscheduled service calls on an as -requested basis, system performance that meets the specified requirements; and approval of the full-scale equipment to meet the operating permit required by the applicable regulatory agencies. As part of the performance support and operational assistance contract, three full - day, onsite follow-up training sessions shall be conducted one day each at six months, one year, and two years after completion of the system performance test to present a review and summary of the earlier sessions and to answer questions. This training shall be scheduled to include a chemical cleaning of the membranes. This training may be scheduled to coincide with the onsite visits. The onsite visits shall be in addition to other service -related calls required to correct system deficiencies under other provisions of the Contract. The dates of the visits shall be set by the OWNER, after mutual agreement with the CONTRACTOR. The CONTRACTOR shall make every reasonable effort to respond to the OWNER'S request for assistance by phone within twenty-four (24) hours of receiving the call. If the issue cannot be resolved over the phone, then the CONTRACTOR shall provide a representative to the site within 48 hours of the request. The duration of each visit shall be a minimum of two (2) days. During each visit, the representatives 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 cleanings, and other like activities. Following each visit, the (. (City of Lubbock, Texas ) 13030 (Lake Alan Henry WTP ) -58- (Membrane Procurement Package) (161704 ) 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. 3-4.02. Maintenance Services. In addition to the performance support and operations assistance specified, the CONTRACTOR shall provide two (2) years of system maintenance to the OWNER. The period shall commence on the date of Substantial Completion of the construction contract. The system maintenance shall include all maintenance required on the system equipment installed inside or within the envelope of the membrane filtration system (including the membrane fibers themselves). Maintenance shall include repair of all broken fibers. As broken fibers are identified by the OWNER through pressure decay tests, the module shall be isolated and repairs shall be scheduled with the CONTRACTOR. Repairs shall not occur more frequently than monthly, unless an integrity failure defect has been observed. Repairs and replacements shall be conducted solely by the CONTRACTOR's staff, although the OWNER may be present during the activities for observation. End of Section (City of Lubbock, Texas ) 13030 (Lake Alan Henry VVTP ) -59- (Membrane Procurement Package) (161704 ) Section 13190 FIBERGLASS REINFORCED PLASTIC CHEMICAL STORAGE TANKS Data Sheet and Nozzle Schedule CIP Tank Para- Description Data Units graph General P&ID drawing reference. Tank designation number. CIP Tank Chemical service. Diluted CIP chemicals consisting of citric acid, sulfuric acid, sodium hypochlorite, sodium hydroxide, and/or sodium bisulfite. Depending on the MFS equipment, this tank alone could be used for all CIP, MW, and neutralization services; could be used or CIP and MW, requiring a separate neutralization tank; or could be used for acidic chemicals only, requiring separate tanks for basic chemicals and neutralization. Number of tanks. One General Equipment Stipulations/ Yes Requirements required.; No Operation & Maintenance Manuals Yes required. No Design Conditions and requirements Chemical(s) concentration, percent Less than 10 % percent by weight. Maximum specific gravity. 1.5 Maximum temperature. 100 °F Installed location. Inside Outside Tank configuration. E3 Horizontal cylindrical Vertical cylindrical Tank bottom/ends for horizontal; Flat tanks. Dished False Bottom t (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) Tank top. Open Flat E Domed Hinged Cover Removable Useable capacity. As determined by CONTRACTOR gallons Tank diameter. As determined by CONTRACTOR feet Straight shell length/height. As determined by CONTRACTOR feet Maximum total length/height As determined by CONTRACTOR feet Recommended manufacturers. Beetle, Belding, Tankinetics, Edwards, Plasticon, Augusta Tank insulation required. ; Yes Unless no No heater is required Tank heating required. E Yes Unless . No otherwise determined by CON- TRACTOR Minimum temperature to maintain. As determined by CONTRACTOR Minimum ambient temperature. 50 OF Heater size As determined by CONTRACTOR Power Supply 480 V, 60 Hz, 3 phase Number of controllers One Construction Exposed metal. Galvanized steel, ASTM A153 and A385 Titanium Hastelloy C Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1or 2 Not acceptable Protected metal. E ASTM A36 Carbon Steel with fiberglass reinforced coating Other When "Other" is selected, alternate material. Accessories Tank vent.; Mushroom type Gooseneck type Connect to vent piping system (City of Lubbock, Texas ) 13190 a_ (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) Ladder required. Yes No Handrail required. Yes No Sight level gauge. Clear type Magnetic flag type None Material for clear type. Clear PVC Borosilicate glass Polycarbonate Other When "Other" is selected, alternate material. Material for magnetic flag type. ; PVC CPVC Type 316 stainless steel Carpenter 20-Cb3 Other When "Other" is selected, alternate material. Furnisher of anchor bolts.; Tank manufacturer Installing contractor Anchor Bolts, nuts and washers. Galvanized steel, ASTM A153 and A385 Titanium Hastelloy C Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Assembly bolts, nuts, and washers. Galvanized steel, ASTM A153 and A385 Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Gasket material. EPDM Viton (FKP) Buna-N Other (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) When "Other" is selected, alternate EPDM, except when sodium material. hypochlorite is present. Otherwise, use Hypalon if sodium hypochlorite will be added to the solution contained in this tank. Tank Nozzle Schedule Schedule required. Schedule in specification No schedule Drawings for nozzle orientation To be submitted by CONTRACTOR (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) 4- (Membrane Procurement Package) ; (161704 ) f Section 13190 FIBERGLASS REINFORCED PLASTIC CHEMICAL STORAGE TANKS Data Sheet and Nozzle Schedule CIP Base Dilution Tank Para- Description Data Units graph General To be provided if required by MFS as a tank separate from the acid CIP tank. P&ID drawing reference. Tank designation number. CIP Base Dilution Tank Chemical service. Basic chemicals consisting of sodium hydroxide and sodium hypochlorite Number of tanks. One General Equipment Stipulations/ Yes Requirements required.; No Operation & Maintenance Manuals Yes required. No Design Conditions and requirements Chemical(s) concentration, percent Less than 10% percent by weight. Maximum specific gravity. 1.5 Maximum temperature. 100 °F Installed location. Inside Outside Tank configuration. Horizontal cylindrical Vertical cylindrical Tank bottom/ends for horizontal E; Flat tanks. Dished False Bottom Tank top. Open Flat Domed Hinged Cover Removable Useable capacity. s determined by CONTRACTOR Igallons Tank diameter. s determined by CONTRACTOR eet !<a (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) Straight shell length/height. As determined by CONTRACTOR feet Maximum total length/height As determined by CONTRACTOR feet Recommended manufacturers. Beetle, Belding, Tankinetics, Edwards, Plasticon, Augusta Tank insulation required. Yes Unless no No heater is required Tank heating required. Yes Unless No otherwise determined by CON- TRACTOR Minimum temperature to maintain. As determined by CONTRACTOR Minimum ambient temperature. 50 °F Heater size As determined by CONTRACTOR Power Supply 480 V, 60 Hz, 3 phase Number of controllers One Construction Exposed metal. Galvanized steel, ASTM A153 and A385 [; Titanium Hastelloy C Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1or 2 Not acceptable Protected metal. ASTM A36 Carbon Steel with fiberglass reinforced coating Other When "Other' is selected, alternate material. Accessories Tank vent. Mushroom type Gooseneck type Connect to vent piping system Ladder required. Yes No Handrail required. E Yes U No Sight level gauge. U Clear type Magnetic flag type U None (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) i (161704 ) i Material for clear type. ; Clear PVC Borosilicate glass Polycarbonate Other When "Other" is selected, alternate material. Material for magnetic flag type. PVC CPVC Type 316 stainless steel Carpenter 20-Cb3 Other When "Other" is selected, alternate material. Furnisher of anchor bolts. Tank manufacturer Installing contractor nchor Bolts, nuts and washers. Galvanized steel, ASTM A153 and A385 Titanium Hastelloy C Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Assembly bolts, nuts, and washers. Galvanized steel, ASTM A153 and A385 Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Gasket material. EPDM Viton (FKP) Buna-N Other When "Other" is selected, alternate Hypalon material. Tank Nozzle Schedule Schedule required. Schedule in specification No schedule Drawings for nozzle orientation ITo be submitted by CONTRACTOR ..: (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) Section 13190 FIBERGLASS REINFORCED PLASTIC CHEMICAL STORAGE TANKS Data Sheet and Nozzle Schedule Neutralization Tank Para- Description Data Units graph General To be provided if required by MFS as a tank separate from the CIP tank(s). P&ID drawing reference. Tank designation number. Neutralization Tank Chemical service. Neutralization chemicals consisting of sodium hydroxide, sodium bisulfite, and/or sulfuric acid Number of tanks. One General Equipment Stipulations/ M Yes Requirements required. No Operation & Maintenance Manuals M Yes required. C No Design Conditions and requirements Chemical(s) concentration, percent Less than 10% percent by weight. Maximum specific gravity. 1.5 Maximum temperature. 100 °F Installed location. Inside Outside Tank configuration.; Horizontal cylindrical Vertical cylindrical Tank bottom/ends for horizontal Flat tanks. Dished False Bottom Tank top. Open Flat Domed Hinged Cover E: Removable (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -8- (Membrane Procurement Package) (161704 ) j Useable capacity. As determined by CONTRACTOR gallons Tank diameter. As determined by CONTRACTOR feet Straight shell length/height. As determined by CONTRACTOR feet Maximum total length/height As determined by CONTRACTOR feet Recommended manufacturers. Beetle, Belding, Tankinetics, Edwards, Plasticon, Augusta Tank insulation required.; Yes Unless No required by MFS Tank heating required. Yes Unless No required by MFS Minimum temperature to maintain. As determined by CONTRACTOR Minimum ambient temperature. 50 OF Heater size None, unless determined to be required by CONTRACTOR Power Supply 480 V, 60 Hz, 3 phase Number of controllers One Construction Exposed metal. Galvanized steel, ASTM A153 and A385 Titanium Hastelloy C Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Not acceptable Protected metal. ASTM A36 Carbon Steel with fiberglass reinforced coating Other When "Other" is selected, alternate material. Accessories Tank vent. Mushroom type Gooseneck type Connect to vent piping system Ladder required. Yes No Handrail required. M Yes No (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -9- (Membrane Procurement Package) (161704 ) d_ Sight level gauge. E; Clear type Magnetic flag type None Material for clear type. Clear PVC Borosilicate glass Polycarbonate Other When "Other" is selected, alternate material. Material for magnetic flag type. ; PVC CPVC Type 316 stainless steel Carpenter 20-Cb3 Other When "Other" is selected, alternate material. Furnisher of anchor bolts. Tank manufacturer Installing contractor Anchor Bolts, nuts and washers. Galvanized steel, ASTM A153 and A385 Titanium Hastelloy C Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Assembly bolts, nuts, and washers. Galvanized steel, ASTM A153 and A385 Stainless steel, ASTM F593, Alloy Co Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Gasket material. EPDM Viton (FKP) Buna-N Other When "Other" is selected, alternate Hypalon material. ank Nozzle Schedule 04be submitted bv CONTRACTOR (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -10- (Membrane Procurement Package) (161704 ) Schedule required. Schedule in specification No schedule Drawings for nozzle orientation (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -11- (Membrane Procurement Package) (161704 ) Section 13190 FIBERGLASS REINFORCED PLASTIC CHEMICAL STORAGE TANKS Data Sheet and Nozzle Schedule Backwash/Backpulse Tank Para- Description Data Units graph General P&ID drawing reference. Tank designation number. Backwash/Backpulse Tank Chemical service. Filtrate Number of tanks. One General Equipment Stipulations/ Yes Requirements required. No Operation & Maintenance Manuals E Yes required. No Design Conditions and requirements Chemical(s) concentration, percent None percent by weight. Maximum specific gravity. 1.0 Maximum temperature. 100 °F Installed location. ; Inside Outside Tank configuration.; Horizontal cylindrical Vertical cylindrical Tank bottom/ends for horizontal Flat tanks. Dished False Bottom Tank top.; Open Flat Domed Hinged Cover Removable Useable capacity. As determined by CONTRACTOR gallons Tank diameter. As determined by CONTRACTOR feet Straight shell length/height. As determined by CONTRACTOR feet Maximum total length/height As determined by CONTRACTOR feet (City of Lubbock, Texas ) 13190 (... (Lake Alan Henry WTP ) -12- (Membrane Procurement Package) f (161704 ) Recommended manufacturers. Beetle, Belding, Tankinetics, Edwards, Plasticon, Augusta Tank insulation required. Yes Unless No required by MFS Tank heating required. Yes Unless No required by MFS Minimum temperature to maintain. As determined by CONTRACTOR Minimum ambient temperature. 50 OF Heater size None, unless determined to be required by CONTRACTOR Power Supply 480 V, 60 Hz, 3 phase Number of controllers One Construction Exposed metal. Galvanized steel, ASTM A153 and A385 Titanium Hastelloy C Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Not acceptable Protected metal. ASTM A36 Carbon Steel with fiberglass reinforced coating Other When "Other" is selected, alternate material. Accessories Tank vent. Mushroom type Gooseneck type [:Connect to vent piping system Ladder required. Yes Ladder to be No extended to finished floor level Handrail required. Yes No Sight level gauge. ; Clear type Magnetic flag type None (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -13- (Membrane Procurement Package) (161704 ) Material for clear type. Clear PVC Borosilicate glass Polycarbonate Other When "Other" is selected, alternate material. Material for magnetic flag type. PVC CPVC Type 316 stainless steel Carpenter 20-Cb3 Other When "Other" is selected, alternate None material. Furnisher of anchor bolts. Tank manufacturer Installing contractor nchor Bolts, nuts and washers. Galvanized steel, ASTM A153 and A385 Titanium Hastelloy C Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Assembly bolts, nuts, and washers. Galvanized steel, ASTM A153 and A385 Stainless steel, ASTM F593, Alloy E Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Gasket material.; EPDM Viton (FKP) Buna-N Other When "Other" is selected, alternate material. Tank Nozzle Schedule Schedule required.; Schedule in specification No schedule Drawings for nozzle orientation ITo be submitted by CONTRACTOR (City of Lubbock, Texas ) 13190 LJ (Lake Alan Henry WTP ) -14- (Membrane Procurement Package) (161704 ) i Section 13190 FIBERGLASS REINFORCED PLASTIC CHEMICAL STORAGE TANKS Data Sheet and Nozzle Schedule Sodium Hypochlorite Day Tank Para- Description Data Units graph General To be provided by CONTRACTOR for day storage of sodium hypochlorite, which will be stored in a bulk storage tank (to be provided by Construction Contractor) at the WTP for disinfection purposes. The chemical transfer pump o convey sodium hypochlorite from the bulk storage tank to the day tank will be provided by the Construction Contractor. P&ID drawing reference. Tank designation number. Sodium Hypochlorite Day Tank Chemical service. Sodium hypochlorite 12.5% Number of tanks. 1 General Equipment Stipulations/ 0 Yes Requirements required. No Operation & Maintenance Manuals; Yes required. No Design Conditions and requirements Chemical(s) concentration, percent 12.5% by weight. Maximum specific gravity. 1.2 Maximum temperature. 100 °C Installed location. Inside Outside Tank configuration. ; Horizontal cylindrical Vertical cylindrical Tank bottom for vertical tanks/ends E Flat or horizontal tanks. Dished False Bottom dam (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -15- (Membrane Procurement Package) y (161704 ) Tank top. Open Flat Domed Hinged Cover Removable Useable capacity. As determined by CONTRACTOR Tank diameter. As determined by CONTRACTOR Straight shell length/height. As determined by CONTRACTOR Maximum total length/height As determined by CONTRACTOR Recommended manufacturers. Beetle, Belding, Tankinetics, Augusta, Plasticon, Edwards Tank insulation required. C Yes No Tank heating required. C Yes No Minimum temperature to maintain. N/A Minimum ambient temperature. 50 OF Heater size N/A Power Supply 480 V, 60 Hz, 3 phase Number of controllers 1 Construction Exposed metal. Galvanized steel, ASTM A153 and A385 Titanium Hastelloy C Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1or 2 E Not acceptable Protected metal. ASTM A36 Carbon Steel with fiberglass reinforced coating Other When "Other" is selected, alternate material. Accessories Tank vent. Mushroom type Gooseneck type E Connect to vent piping system Ladder required. Yes Unless tank No is higher than 6 feet (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -16- (Membrane Procurement Package) (161704 ) r Handrail required. Yes No Sight level gauge. Clear type Magnetic flag type None Material for clear type. Clear PVC Borosilicate glass Polycarbonate Other When "Other" is selected, alternate material. Material for magnetic flag type. PVC E CPVC Type 316 stainless steel Carpenter 20-Cb3 Other When "Other" is selected, alternate material. Furnisher of anchor bolts. Tank manufacturer Installing contractor nchor Bolts, nuts and washers. Galvanized steel, ASTM A153 and A385 Titanium Hastelloy C Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Assembly bolts, nuts, and washers. Galvanized steel, ASTM A153 and A385 Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Gasket material.; EPDM Vito (FKP) Buna-N Other When "Other" is selected, alternate material. Tank Nozzle Schedule )e (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -17- (Membrane Procurement Package) (161704 ) Schedule required. C Schedule in specification No schedule Drawings for nozzle orientation To be submitted by the CONTRACTOR (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -18- (Membrane Procurement Package) (161704 ) J Section 13190 FIBERGLASS REINFORCED PLASTIC CHEMICAL STORAGE TANKS PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of tanks fabricated of fiberglass reinforced plastic and intended for aboveground bulk storage of chemical solutions as required. Data sheets are attached to this section, which provide specific requirements for each type of tank to be provided by CONTRACTOR. Piping, pipe supports, valves, and accessories which are not an integral part of the equipment or are not specified herein are covered in other sections. 1-1.01. Terminology When the phrase "as required" is stated in this section it shall mean "as required in the Data Sheets". 1-2. GENERAL. Equipment furnished under this section shall be fabricated and assembled 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. Coordination. CONTRACTOR shall coordinate the work between the suppliers of equipment to be used with or connected to the storage tanks to ensure that all required provisions for mounting the accessories and connecting piping are included. Where two or more units of the same type of equipment are required, they shall be the product of a single manufacturer; however, all the component parts of the system need not be the products of one manufacturer. 1-2.02. General Equipment Stipulations. The General Equipment Stipulations section shall apply to all equipment and materials furnished under this section. 1-2.03. Governing Standards. Except as modified or supplemented herein, materials and construction methods shall conform with the applicable provisions of the following standards: "Standard Specification for Contact -Molded Reinforced Thermosetting Plastic (RTP) Laminates for Corrosion Resistant Equipment", ASTM C582. "Standard Specification for Filament -Wound Glass -Fiber Reinforced (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -20- (Membrane Procurement Package) (161704 Thermoset Resin Chemical -Resistant Tanks", ASTM D3299. "Standard Specification for Contact -Molded Glass -Fiber Reinforced Thermoset Resin Chemical -Resistant Tanks, ASTM D4097". 1-2.04. Nameplates. Each tank shall be provided with a nameplate to identify the chemical stored and the tank designation number. The nameplates shall be of white phenolic material with black engraved lettering 3 inches high, shall be of adequate size to accommodate the chemical name and tank designation number, and shall be mounted on the tank straight shell. The chemical designation and the tank designation number to be engraved on the nameplate shall match the drawings submitted by the CONTRACTOR and reviewed by ENGINEER. 1-2.05. Certification Plates. A stainless steel certification plate shall be mounted below each storage tank's nameplate. The following data shall be included on the certification plate: Name of tank fabricator. Date of manufacture. Manufacturer's serial number. Resin designation of entire tank wall (structural and corrosion barrier). Maximum allowable concentration and temperature of the specified chemical solution that can be stored safely. Tank capacity in gallons. 1-3. SUBMITTALS. 1-3.01. Drawings and Data. Complete drawings, details, and specifications covering the storage tanks, connections, and accessories shall be submitted in accordance with the submittals section. The data shall include full information on all tank fabrication materials and test data confirming the chemical resistance of the proposed resins to the intended tank contents. Drawings shall include a profile diagram of the enrite tank wall laminate system indicating the thickness, resin designation, reinforcement, and surfacing matt material of each layer including the structural and corrosion barrier layers. (City of Lubbock, Texas ) 13190 (Lake Alan Henry VVTP ) -21- (Membrane Procurement Package) (161704 ) f_. A total of three cutouts from each tank shall be provided and shipped with and = attached to the associated tank. The cutouts shall consist of one from the roof and two from the tank wall. The cutouts shall be from any of the tank connections with a diameter of 2 inches or larger. The data shall also indicate the sizes of all major tank components; size, spacing, and design loading of supporting saddles; anchor bolt locations and details; and full information and details concerning field assembly and installation. 1-3.02. Operation and Maintenance Data and Manuals. When required, operation and maintenance information shall be supplied. Operation and 5° maintenance manuals shall be submitted in accordance with the submittals sections. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 1-4. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the shipping section and the tank manufacturer's recommendations. Handling and storage shall be in accordance with the handling and storage section and the tank manufacturer's recommendations. PART 2-PRODUCTS 2-1. DESIGN CONDITIONS AND REQUIREMENTS. Each tank shall be designed for storage of the chemical or chemicals specified at the design conditions as required. Useable capacity shall be measured from the invert of the tank overflow nozzle to the top of the pump suction nozzle. When vertical tanks are required, the tanks shall be vertical cylinders with a bottom and top constructed as required. When horizontal tanks are required, the tanks shall be a horizontal cylinder with flat or dished heads and supported on saddles. Tanks shall be provided with a suitable overflow connection. Tanks shall be vented and will normally be used to store the specified chemical at atmospheric pressure, but shall be designed to withstand the hydrostatic head resulting from the tank being surcharged to 6 inches above the top of the tank. 2-1.01. Tank Bases. Unless otherwise indicated or specified, all tanks will be installed by CONSTRUCTION CONTRACTOR on concrete bases at least 6 inches high. The tanks will be anchored to the concrete base with suitable anchor bolts. _< (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -22- (Membrane Procurement Package) (161704 ) 2-2. ACCEPTABLE MANUFACTURERS. Acceptable manufacturers shall be as required. 2-3. MATERIALS. Resin Bisphenol-A polyester or vinyl ester resins suitable for use with the specified chemical as recommended by the resin manufacturer. Reinforcement Glass fiber with a suitable coupling agent. Surfacing Mat Burlington Formed Fabrics "Nexus Veil" or Nicrofibers "Surmat 100". Plastic Laminate In conformity with the applicable governing standards. Protected Metal As required. Assembly and Anchor As required. Bolts, Nuts, and Washers 2-4. CONSTRUCTION. The tanks shall be of hand lay-up, spray -up, or filament - wound construction in accordance with the applicable governing standard. The finished laminate shall be constructed of a single generic type of thermoset resin and shall not contain colorants, dyes, fillers, or pigments unless otherwise specified. Tanks will be installed inside a building; however, if CONTRACTOR determines that ultraviolet absorber will be needed for proper chemical storage, ultraviolet absorber shall be added to the resin used in the fabrication of tanks. The inner surface layer of the tanks shall consist of a resin rich corrosion barrier with a minimum thickness of 120 mils. The surface of the corrosion barrier exposed directly to the corrosive chemical shall consist of a two-ply surfacing veil with a minimum thickness of 20 mils. The remainder of the corrosion barrier shall consist of two layers or more of chopped strand mat or equivalent. Catalyst used in the fabrication process and the curing procedure used after fabrication shall be in accordance with the resin manufacturer's recommendation. Exposed metal parts will not be acceptable for the tank. All metal parts for these tanks shall be coated with a fiberglass reinforced plastic coating. When a vertical tank with removable top is required, the tank shall be provided with an outward projecting stiffening flange for connection of the removable top. A chemical resistant elastomeric gasket and assembly bolts shall be furnished for attachment of the top. (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -23- (Membrane Procurement Package) (161704 ) When a vertical tank with a flat or closed top is required, the top of the tank shall be reinforced as specified in the applicable governing standard. Additional reinforcement shall be provided as necessary to support the required accessories and personnel loads. Tank roofs shall be provided with a nonslip finish over its entire roof surface. Bracketed flat surfaces shall be provided on the tank for installation of nameplates and certification plate. The tank shall be provided with the appropriate number and size of lifting lugs for handling and installation and with hold-down lugs for anchoring the tank to the concrete base. 2-5. ACCESSORIES. 2-5.01. Special Tools and Accessories. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 2-5.02. Access Manways. Each tank shall be furnished with a top and side manway. Access manways shall have a nominal diameter of 24 inches. Chemical day tanks will only require a single side manway. Each manway shall be flanged, fully gasketed, and furnished with a fabricated blind flange and cover having the same properties as the tank wall laminate. Flange diameter, bolt pattern, and drilling shall conform to (ANSI B16.5, Class 150) ASTM D3299 Table 5. Side access manways shall be centered approximately 3 feet above the bottom of the tank. 2-5.03. Hinaed Covers. Not used. 2-5.04. Flanged Nozzles. Nozzles for connecting piping and accessories shall be provided on each tank at the locations and of the sizes as determined by the CONTRACTOR. As a minimum, flanged nozzles shall be furnished for chemical fill, water fill, overflow, vent, drain, pump suction, recirculation inlet, level transmitter, and sight level gauge. Each nozzle shall be flanged, with flange diameter and drilling conforming to ANSI B16.5, Class 150. Nozzles shall extend at least 4 inches from outside face of tank to face of flange. Flanged nozzles shall be fabricated of the same material as the tank and shall be gusseted to the tank or otherwise reinforced in accordance with the governing standard. (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -24- (Membrane Procurement Package) (161704 ) f' 1' The mounting flange for ultrasonic type transmitters shall be not less than i 18 inches above the maximum liquid level. The center line of the nozzle shall be at least 24 inches from the tank sidewall, fill nozzle, and other obstructions. The tank overflow connection shall be one inch larger than the size of the largest inlet connection (water, chemical, or recirculation inlet). Nozzles for drain connections shall be installed so the invert is flush with the bottom of the tank to allow complete draining of the tank. The drain connection shall be separate from the pump suction connection. 2-5.05. Vents. Tanks shall be provided with a vent of the size recommended by the tank manufacturer, but not less than 4 inch, to prevent pressurizing the tank during filling or drawing a vacuum inside the tank during pumping or draining. The vent shall be mushroom or gooseneck type, or shall be connected to a vent piping system, as required. 2-5.06. Air Diffusers. Not used. 2-5.07. Air Bubblers. Not Used. 2-5.08. Tank Insulation. When required, the entire exterior area of the sides and top of tanks shall be provided with 2 plies of 1" thick polyurethane foam -type insulation having a thermal resistivity of not less than R14. Fiberglass insulation shall not be acceptable. The tanks shall have a FRP resin outer protective shell for protection of the insulation. 2-5.09. Tank Heater. When a heater is required by the MFS, the type and capacity of the tank electrical heater shall be determined by the CONTRACTOR. The tank heating system shall be furnished with NEMA 4X rated control enclosures and all electrical terminations with regard to incoming power supply and connections to the heating elements and sensing devices. The enclosure shall be mounted adjacent to the tank or on the tank as recommended by the equipment supplier. All required cable between the enclosure and heating elements and temperature sensing devices shall be provided by the heating system supplier. Heating systems shall be designed and provided by a heating system supplier experienced in heating FRP tanks. 2-5.10. Ladders and Handrail. As required, the tank shall be provided with an exterior ladder. Tanks with a total height greater than 16 feet from the finished floor shall be provided with a safety cage. The ladder shall be supported on and anchored to the concrete base and bracketed to the tank shell as needed. As (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -25- (Membrane Procurement Package) (161704 ) t_ required, safety handrails and kickplates meeting current OSHA requirements shall be provided around the top of each tank. The handrail shall be attached to the ladder siderails, and anchored to the tank head. The ladder shall be fabricated of fiberglass reinforced plastic shapes, stainless steel, aluminum, or carbon steel completely coated with at least 1/8 inch of reinforced resin after fabrication. Uncoated or exposed carbon steel parts or fasteners will not be acceptable. The ladder shall have a clear width of at least 16 inches, with rungs at least 3/4 inch in diameter and spaced not more than 12 inches apart, and a clearance of at least 7 inches between the back of the ladder and the tank wall. 2-5.11. Level Transmitters. A level transmitter shall be provided for each tank where required for MFS operation. Ultrasonic type level transmitters are specified in the Pressure and Level Instruments Section. 2-5.12. Sight Level Gauge. As required, each tank shall be provided with a sight level gauge. The gauges shall be clear type or magnetic flag type, as required. The size of the connections for the level gauge shall not be less than 2 inch. 2-5.12.01. Clear Type Level Gauge. When required, a chemical -resistant valve and gauge tube assembly shall be mounted on the tank. The gauge tube shall be fabricated of 1 inch diameter clear PVC, polycarbonate, or borosilicate glass as required. An epoxy coated steel shield which does not obstruct the gauge shall be provided the full length of the gauge. Alternatively, the gauge tube shall be fabricated of 1 in diameter FEP (Fluorinated Ethylene Propylene) with flair through flange end connections. The FEP gauge tube shall have a wall thickness of 0.1" and the flanges shall beepoxy-coated ductile iron. A graduation strip shall be mounted adjacent to or integral with the sight level gauge. The strip shall run the full length of the level gauge and shall be graduated in 1 inch high black lettering over a range from zero gallons to the rated capacity of the tank. The gauge tube assembly shall be Jogler Inc. Model ULSS, Pureflex Inc. Model Puresite, or equal. 2-5.12.02. Magnetic Flag Type Gauges. When required, magnetic flag type level indicators shall be externally mounted and consist of a chemical resistant magnetic float, externally mounted float housing, magnetic flag indicator assembly and scale. The indicator housing shall fasten to openings in the side of the tank, with the float assembly the full height of the tank. Each indictor shall have a 2 inch pipe housing and shall be oriented so that the scale is visible from the normal personnel working area. The float housing material shall be PVC, CPVC, AISI Type 316 stainless steel, or Carpenter 20 Cb-3, as required. The float assembly shall be provided with isolation valves as indicated on the drawings. The level indicators shall have two-colored magnetic flags that flip colors to indicate liquid level. The level indicators shall include a metal scale to provide a numerical readout of the liquid level in gallons. The level indictors shall be GEMS "SureSite Indicators", Jogler, PenBerthy, or equal. ( (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -26- (Membrane Procurement Package) (161704 ) Each magnetic gauge shall be provided with one High Level Switch and one Low Level Switch Each switch shall be adjustable, with dry -contact output signal to the Plant Control System. 2-5.13. Baffles. When required in the data sheets or by CONTRACTOR's design, the tank shall include three baffles, equally spaced around the inside circumference of the tank. The baffles shall be constructed of FRP pieces, 12 inches wide, with 4 inch spacing off the tank wall. The baffles shall be supported with a minimum of four gussets, or by the manufacturer's standard baffle support method. The top of the baffles shall be 6 inches below the invert of the overflow connection. The baffles shall run the length of the straight shell for conical or dished -bottom tanks, and shall terminate 12 inches above the tank bottom for flat bottom tanks. 2-5.14. Mixer. When required in the data sheets or by CONTRACTOR's design, the tank shall be provided with a mixer suitable for continuous operation. The mixer shall be driven by a 480 volt, 60 Hz, 3 phase TEFC chemical duty electric motor. Minimum motor horsepower shall be determined by CONTRACTOR. The rotating speed of the mixer shall not exceed 1,750 rpm. The mixer shall be located to provide thorough mixing. Each mixer shall be mounted on a support beam running across the top of the tank. Clamp -mounted mixers will not be accepted. The mixer shaft and impeller shall be fabricated of AISI Type 316 stainless steel. The motor starter and miscellaneous contactors shall be as specified in other sections. A solid-state reset timer having a range of 1 minute to 100 hours shall be supplied with the mixer to stop the mixer at the end of the set time period. The enclosure will be mounted by the CONSTRUCTION CONTRACTOR in the MCC, shall be epoxy coated, and shall include a heavy-duty, oiltight, "ON -OFF (Reset) - AUTOMATIC" selector switch and wiring to a terminal strip. The timer shall be Eagle Signal "DG200 Mini -Flex", or equal. 2-5.15. Saddles. Not Used. 2-5.16. Anchor Bolts and Expansion Anchors. Anchor bolts with nuts and washers shall be furnished for each tank. The anchor bolts shall be at least 3/4 inch in diameter and shall be delivered together with templates or setting drawings. Anchor bolts shall be long enough to accommodate 1 -1 /2 inches of grout beneath the tank floor and to provide adequate anchorage into structural concrete. (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -27- (Membrane Procurement Package) (161704 ) t_ �i F it. PART 3 - EXECUTION - Tanks will be installed by the Construction Contractor per the installation directions to be provided by the tank manufacturer and CONTRACTOR. End of Section (_ (City of Lubbock, Texas ) 13190 (Lake Alan Henry WTP ) -28- ,E - (Membrane Procurement Package) (161704 ) Section 13500 INSTRUMENTATION AND CONTROL SYSTEM PART 1— GENERAL 1-1. SCOPE. This section covers furnishing components for and the integrating of the instrumentation and control system as designated and as required for operation of the complete membrane filtration system Membrane Filtration System (MFS). The system shall be furnished as specified herein and in Section 13030, (Membrane Filtration System) complete with all software, operator interface terminal (OIT) hardware, input/output hardware, instrumentation, and all devices, accessories, appurtenances, testing, and training necessary for proper operation. The CONTRACTOR shall coordinate with the CONSTRUCTION CONTRACTOR, System Supplier, and the packaged system equipment suppliers to ensure that the MFS communicates as necessary with all other control systems, plant PI -Cs, and the plant control system (PCS). 1-1.01. Related Sections. This section also includes the equipment and services specified in the following sections. Section 13530 Programmable Logic Controllers 1-2. GENERAL. Equipment 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 requirements specified in Section 01610, "General Equipment Stipulations," shall apply to the equipment furnished under this Section. If the requirements in this section differ from those in the General Equipment Stipulations, the requirements specified herein shall take precedence. 1 The System Supplier will be a subcontractor to the CONSTRUCTION CONTRACTOR that is responsible for the instrumentation and control systems to be provided in the construction contract. (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) f (161704 ) r 1-2.02. Drawings. The P&IDs describe the equipment and systems that will comprise the WTP and the interface(s) between each other. The input/output (1/0) lists will be furnished at the time of the 90% Design Submittal. 1-2.03. Codes, Permits and Agency Approvals. All work performed and all materials used shall be in accordance with the National Electrical Code, and with applicable local regulations and ordinances. Panels, assemblies, materials, and equipment shall be listed by Underwriters' Laboratories. The OWNER and/or CONSTRUCTION CONTRACTOR shall, as part of their work, arrange for and obtain all necessary permits, inspections, and approvals by the authorities having local jurisdiction of such work. This shall include any third -party inspections and testing of panels and equipment. 1-2.04. Coordination. Systems supplied under this section shall be designed and coordinated for proper operation with all related equipment and materials furnished by others. All equipment shall be designed and installed in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the manufacturer, and the manufacturer of the related equipment. The CONTRACTOR shall coordinate with the OWNER, and CONSTRUCTION CONTRACTOR to make available all desired membrane statuses and control to the overall Plant Control System (PCS) to be provided by the CONSTRUCTION CONTRACTOR. The CONTRACTOR shall attend coordination meetings as described herein for interfaces with other parts of the plant. The CONSTRUCTION CONTRACTOR will be responsible for coordinating the services of both the System Supplier and CONTRACTOR during factory acceptance testing, start-up, site acceptance testing, and training to insure that the complete PCS is provided as described within these specifications. 1-2.05. SCADA System Plan. The CONTRACTOR shall submit a detailed plan that outlines the completion of programming, coordination, and testing the MFS control system. A schedule shall be included in this plan that corresponds with the overall construction schedule. This plan shall be submitted before the project kick off meeting, so that the plan can be reviewed at this meeting. After the site acceptance test has been completed, hardcopies and electronic copies (on DVD media) of the PLC programs, OIT configuration programs, and any other programs developed by the CONTRACTOR shall be submitted. Operations Reference Manuals shall be provided to the CONSTRUCTION CONTRACTOR to integrate into the overall O&M Manuals in accordance with the requirements specified in Section 01300. Specific to the membrane filtration control system, the CONTRACTOR shall provide the following sections: • Control Strategies (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) Test Reports Software Maintenance o - Software Design Documentation o - Basic Startup/Shutdown Instructions o - Basic Troubleshooting Instructions o - SCADA Change Procedures o - OIT software Error Message Reference Guide o - OIT software Manuals o - PLC programming software Manuals o - PLC Configuration Manuals 1-2.06. Construction Schedule. The CONTRACTOR shall be responsible for all necessary coordination with the CONSTRUCTION CONTRACTOR to accommodate the construction schedule prepared by the CONSTRUCTION CONTRACTOR. 1-2.07. Related Equipment and Materials. Related equipment and materials may include, but will not be limited to, instrumentation, motor controllers, valve actuators, chemical feeders, analytical measuring devices, conduit, cable, and piping as described in other sections or furnished under other contracts. 1-2.08. Device Tag Numbering System. All devices shall be provided with permanent identification tags. The tag numbers shall agree with CONSTRUCTION CONTRACTOR'S equipment drawings and shall be as close as practicable to the tag numbers used on the project drawings and device schedules. The CONTRACTOR shall coordinate as necessary with the CONSTRUCTION CONTRACTOR to establish the MFS equipment and device tags prior to the stage II submittal. All field -mounted transmitters and devices shall have stamped stainless steel identification tags. Panel, subpanel, and rack - mounted devices shall have laminated phenolic identification tags securely fastened to the device. Hand -lettered or tape labels will not be acceptable. 1-3. GENERAL REQUIREMENTS. The drawings and specifications indicate the extent and general arrangement of the systems. If any clbpartures from the drawings or specifications are deemed necessary by the CONTRACTOR, details of such departures and the reasons shall be submitted to ENGINEER for review with or before the first stage submittal. No departures shall be made without prior written acceptance. The specifications describe the minimum requirements for hardware and software. Where the MFS's standard configuration includes additional items of equipment or software features not specifically described herein, such equipment or features shall be furnished as a part of the system and shall be warranted as specified herein. These additional features shall be provided to the OWNER at no additional cost, and no royalties shall be paid by OWNER. Regular upgrades (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) " for any software shall be provided to OWNER for 10 years from Notice To Ir-a Proceed. 1-3.01. Governing Standards. Equipment furnished under this section shall be designed, constructed, and tested in accordance with IEEE 519, ANSI C37.90, FCC Part 15 - Class A, and NEMA ICS-1-109.60. 1-3.02. Dimensional Restrictions. Layout dimensions will vary between manufacturers and the layout area indicated on the drawings is based on typical values. The CONTRACTOR shall review the construction contract drawings, the manufacturer's layout drawings and installation requirements, and make any modifications requisite for proper installation subject to acceptance by ENGINEER. At least three feet of clear access space shall be provided in front of all components of the instrumentation and control system components. 1-3.03. Workmanship and Materials. The CONTRACTOR shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, 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 for testing. 1-3.04. Corrosive Fluids. All parts subject to exposure to corrosive conditions, shall be made from corrosion resistant materials. The CONTRACTOR shall submit certification that the instrument manufacturer approves the selection of materials of primary elements that are in contact with the specified process fluid to be inert to the effects of the process fluid. 1-3.05. Appurtenances. Signal converters, signal boosters, amplifiers, special power supplies, special cable, special grounding, and isolation devices shall be furnished as needed for proper performance of the equipment. 1-3.06. Programming Devices. A programming or system -configuring device shall be provided for systems that contain any equipment that requires such a device for routine calibration, maintenance, and troubleshooting. The programming device shall be complete, newly purchased for this project, and shall be in like -new condition when turned over to OWNER at completion of startup. 1-4. SUBMITTALS. CONTRACTOR shall submit the following items in accordance with the requirements specified in Section 01300, "Submittals." (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) Complete dimensional, assembly, and installation drawings, wiring and schematic diagrams; and details, specifications, and data covering the materials used and the parts, devices and accessories forming a part of the system furnished, shall be submitted. Submittal data shall be grouped and submitted in three separate parts. The submittal for each part shall be substantially complete. Individual drawings and data sheets submitted at random intervals will not be accepted for review. Equipment tag numbers or identifications used on the drawings shall be referenced where applicable. Stage I Submittals 1-4.01. First Submittal. The first submittal shall include the following items. a. A detailed list of any exceptions, functional differences, or discrepancies between the system proposed by CONTRACTOR and this specification. b. Product catalog cut sheets on all hardware and software items, clearly marked to show the model number, optional features, and intended service of each device. C. A brief, concise description of the proposed system, including major hardware and software components and personnel training. d. A block diagram or schematic drawing showing the principal items of equipment furnished, including model numbers, and their interrelationships. e. Drawings showing floor space or desktop area requirements for all equipment items, including allowances for door swings and maintenance access. f. Environmental and power requirements, including heat release information for each equipment item. g. Standard field termination drawings for all process input/output equipment, showing typical terminations for each type of point available in the system. h. A copy of the proposed software licenses for all software associated with the system. i, Outline for training classes. Additional Requirements identified in other Division 13 sections. Stage II Submittals 1-4.02. Second Submittal. Before any equipment is released for shipment to the site and before factory testing is scheduled, the following data shall be submitted. (City of Lubbock, Texas ) 13500 i. J (Lake Alan Henry V TP ) -5- (Membrane Procurement Package) (161704 ) �' I a. Detailed functional descriptions of all software modules specified and furnished as part of MFS's standard system. The descriptions shall be identified with the applicable specification paragraph. b. Complete panel fabrication drawings and details of panel wiring, piping, and painting. Panel and subpanel drawings shall be to scale and shall include overall dimensions, metal thickness, door swing, mounting details, weight, and front of panel arrangement to show general appearance, with spacing and mounting height of instruments and control devices. C. Wiring and installation drawings for all interconnecting wiring between components of the system and between related equipment and the equipment furnished under this section. Wiring diagrams shall show complete circuits and indicate all connections. If panel terminal designations, interdevice connections, device features and options, or other features are modified during the fabrication or factory testing, revised drawings shall be submitted before shipment of the equipment to the site. d. Review of drawings submitted prior to the final determination of related equipment shall not relieve CONTRACTOR from supplying systems in full compliance with the specific requirements of the related equipment. e. Input/output listings showing point names, numbers, and addresses. Input/output identification numbers from the contract documents shall be cross-referenced in this submittal. f. Proposed lesson plans or outlines for all training courses specified herein, including schedule, instructors' qualifications and experience, and recommended prerequisites. g. Standard system engineering and user manuals describing the use of the system and application programming techniques for creating reports, graphics, database, historical records, and adding new process 1/0 nodes to the system. h. Additional Requirements identified in other Division 13 sections. 1-4.03. Third Submittal. Complete system documentation, in the form of Operation and Maintenance Manuals, shall be submitted before the commencement of field acceptance testing. Operation and Maintenance Manuals shall include complete instruction books for each item of equipment furnished. Where instruction booklets cover more than one specific model or range of device, product data sheets shall be included which indicate the device model number and other special features. A complete set of "as -built" wiring, fabrication, and interconnection drawings shall be included with the manuals. If (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) i field -wiring modifications are made after these drawings are submitted, the affected drawings shall be revised and resubmitted. Additional requirements are identified in other Division 13 specification sections. 1-5. PREPARATION FOR SHIPMENT. All electronic equipment and instruments shall be suitably packaged 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. All equipment shall be protected from exposure to the elements, shall be kept dry at all times, and shall not be exposed to adverse ambient conditions. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. Painted surfaces that are damaged prior to acceptance of equipment shall be repainted to the satisfaction of ENGINEER. Each shipment shall include an appropriate shipping list that indicates the contents of the package, including the specific instrument tags. The shipping list shall be accessible without exposing the instruments to the atmosphere. The shipping list shall also contain any cautionary notes regarding storage of the instruments, including requirements to protect the instrument from static discharge, desensitizing chemicals (solvents, paints, etc.), or ambient atmospheric conditions. Individual instruments shall be appropriately tagged or labeled to positively identify the device. All identification shall be visible without the need to unpack the instrument from its protective packaging. Instrument shipment and storage requirements shall be coordinated with the CONSTRUCTION CONTRACTOR prior to shipment. Additional shipping and storage requirements shall be as detailed in the individual instrument specifications. Components which are shipped loose due to transportation limitations shall be assembled and disassembled by the manufacturer prior to shipment to assure that all components fit together and are adequately supported. 1-6. DELIVERY STORAGE AND HANDLING. Shipping, handling and storage shall be in accordance with the requirements specified in Sections 01612 and 01614. 1-7. SPARE PARTS. Spare parts and consumable items shall be provided as required. 1-7.01. Packaging. All spare parts shall be delivered to OWNER before final acceptance of the system. Packaging of spare parts shall provide protection against dust and moisture and shall be suitable for storage. Circuit boards and (City of Lubbock, Texas ) 13500_. (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) i other electronic parts shall be enclosed in anti -static material. All packages shall be clearly marked with the manufacturer's name, part number or other identification, date of manufacture, and approximate shelf life. 1-7.02. Replacement. The CONTRACTOR may utilize spare parts and supplies during system installation, de -bugging, startup, or training, but shall restore all such materials and supplies to the specified quantities before final acceptance of the systems. PART 2 - PRODUCTS 2-1. GENERAL REQUIREMENTS. All equipment furnished under each section referenced in SCOPE is a part of this section and shall be selected by CONTRACTOR for its superior quality and intended performance. Equipment and materials used shall be subject to review. 2-1.01. Standard Products. The systems furnished shall be standard products. Where two or more units of the same type of equipment are supplied, they shall be the products of the same manufacturer; however, all components of the systems furnished hereunder need not be the products of one manufacturer unless specified herein. To the extent possible, instruments used for similar types of functions and services shall be of the same brand and model line. Similar components of dif- ferent instruments shall be the products of the same manufacturer to facilitate maintenance and stocking of repair parts. Whenever possible, identical units shall be furnished. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. The design of the systems furnished hereunder shall utilize concepts, techniques and features that provide maximum reliability and ease of maintenance and repair. The systems shall include board -level devices such as light emitting diodes or other indicators to facilitate quick diagnosis and repair. Diagnostic software shall be furnished to facilitate system -level troubleshooting. Where redundant hardware is provided, the system shall be capable of performing all specified functions, without reconfiguring hardware or software, with only one device of each category in service. 2-2.01. Factory Assembly. Equipment shall be shipped completely factory assembled, except where its physical size, arrangement, configuration, or shipping and handling limitations make the shipment of completely assembled units impracticable. (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -8- g-- (Membrane Procurement Package) (161704 ) I 2-3. POWER SUPPLY AND INSTRUMENT SIGNAL. Power supply to all control system equipment will be 120 volts, 60 Hz, single phase. The CONTRACTOR shall be responsible for distribution of power among enclosures, consoles, peripherals, and other components of the system from the power supply L receptacles and junction boxes integral to the membrane feed system equipment. Power distribution hardware shall include cables and branch circuit overcurrent protection. Unless otherwise indicated, power supply to the instrumentation will be unregulated 120 volts ac. Unless otherwise indicated, all transmitted electronic analog instrument signals shall be 4-20 mA do and shall be linear with the measured variable. 2-3.01. Facility Distribution System. Equipment not indicated to be powered from an uninterruptible power source shall be suitable for being supplied from the facility distribution system and shall be capable of withstanding voltage variations of ±10 percent and harmonics up to the limits of IEEE 519 without affecting operation. The CONTRACTOR shall provide voltage conditioning or filtering equipment if necessary to meet the requirements specified. 2-3.02. Power Supplies. Power supplies for voltages other than those listed above shall be an integral part of the equipment furnished. Internal power supplies shall be regulated, current limiting, redundant, and self -protected. 2-3.03. Surge Withstand. All equipment shall meet all surge withstand capability tests as defined in ANSI C37.90 without damage to the equipment. 2-3.04. Uninterruptible Power Supply. A UPS shall be furnished to provide power to the PLC and other critical devices within the control panels. A UPS shall be furnished in each control panel. The system shall convert incoming single phase, 60 Hz, power into do power, maintain and charge backup batteries and reconvert outgoing power into a sinusoidal single phase, 60 Hz, ac power source. The system shall consist of a rectifier, battery charger, batteries, inverter, and maintenance bypass switch. Additional accessories and appurtenances shall be provided as specified herein and as required to provide a complete and properly operating system. The CONTRACTOR shall be responsible for coordinating the size of the UPS unit with the equipment furnished hereunder, and shall advise ENGINEER if a unit of higher capacity is necessary. The CONTRACTOR shall furnish a report certifying that the UPS will provide a minimum of 30 minutes backup time at the specified UPS loading and UPS ambient temperature. The report shall include anticipated continuous electrical (City of Lubbock, Texas ) 13500_ (Lake Alan Henry WTP ) -9- (Membrane Procurement Package) (161704 ) x.. load calculations, backup time calculations and shall indicate the battery end - voltage used in the analysis. The UPS system shall conform to the following standards and features. Capacity Capacity, peak (minimum) Frequency stability, battery mode Harmonic distortion (max) Efficiency, overall on-line As required to power the loads within the control panels. 150 percent of continuous power rating for 10 seconds. + 0.5 percent. 5 percent. 75 percent minimum. Operating temperature -humidity 40 to 90°F; 0 to 95 percent relative humidity, non -condensing. Recharge time (max) 4 hours. Input Voltage at 60Hz +10 — 120 15 percent Output Voltage at 60Hz AC 120 All systems supplied under this contract shall be of the same manufacturer. The uninterruptible power supply systems shall be as manufactured by MGE, Powerware, Liebert, or equal. Wiring for external circuits, including all alarm contacts, shall be brought to grouped terminal blocks located for convenient connection. Provisions shall include suitable marked terminal blocks for connection of 4.0 mm2 control wiring. Terminal designations shall agree with manufacturer's wiring diagram. The battery charger and the rectifier shall have the following characteristics: a. The rectifier shall convert the incoming ac power to do power to energize the static inverter. b. The battery charger shall supply a float current to the batteries to maintain them at a fully charged state while incoming power is being provided. The charging voltage shall be temperature -compensated over the entire operating temperature range to avoid overcharging or undercharging the batteries. The battery charger shall automatically apply an elevated voltage (equalization charge) to the batteries if and as required by the battery manufacturer. c. The batteries shall provide backup power for the UPS when incoming (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -10- (Membrane Procurement Package) (161704 ) t _ €-' commercial power is not available. The batteries shall be valve- i regulated or gelled -electrolyte lead -acid type. The batteries shall be integral to the UPS. Batteries shall have capacity to supply the do power to the UPS while operating at full load for a period of not less than as required at 75 F. The batteries shall have an expected life of 5 years and shall carry a one-year warranty. The solid-state inverter shall employ silicon -controlled rectifiers (SCRs) and other devices for converting direct current power to essentially sinusoidal alternating current power. The static inverter shall conform to the following characteristics and requirements. a. Automatic Synchronization: During normal operation, the inverter shall provide power to critical loads. The utility electric system will act as an alternate supply. Inverter equipment shall include stable solid-state devices designed to automatically maintain inverter output in phase with the utility electric system. b. Overload, Short Circuit, and Load Loss: The inverter shall have input and output fuses and other equipment necessary to protect from overload, short circuit, and 100 percent loss of load. Current limiting features shall also be provided. c. Loss of Supply Voltages: The inverter shall include protective devices to prevent damage resulting from excursion, loss, or restoration of its synchronization voltage and its do input voltage and any inrush current occurrences associated with such conditions. A maintenance bypass switch shall be provided so maintenance can be performed on the UPS without disrupting control system operation. The bypass switch shall be independent of the UPS electronics. Controls, indicators and alarms shall be provided as a part of the UPS. Control buttons and LED indicators shall be provided on the UPS panel and shall be permanently labeled. A do battery circuit breaker, a mode selector switch, and system "ON" and "OFF" buttons shall be provided. A digital display for selection and indication of input, output, and battery voltages shall be provided. LED indicators for inverter ready, frequency, battery voltage, overload, over temperature, and impending shutdown conditions shall be provided. The UPS shall have the following provisions for remote alarms. For units 5 kW and larger, a common, isolated, dry, alarm contact rated 3 amperes at 120 volts ac shall be provided with the UPS for indication of general alarm. The contact shall close under any UPS fault condition. For units 5 kW and larger, an isolated, (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -11- (Membrane Procurement Package) (161704 ) dry, alarm contact rated 3 amperes at 120 volts ac shall be provided with the UPS for remote indication of power failure. The contact shall open upon loss of commercial power to the UPS. For units smaller than 5 kW, a relay shall be provided and connected across the incoming power as the means of providing a contact for indication of a power failure condition. 2-4. SERVICE CONDITIONS AND ENVIRONMENTAL REQUIREMENTS. The equipment provided for the instrumentation and control system shall be suitable for the service conditions specified in the attached equipment sections. All equipment shall be designed and selected to operate without degradation in performance throughout the environmental extremes specified. Equipment shall be designed to prevent the generation of electromagnetic and radio frequency interference and shall be in compliance with FCC Rules and Regulations, Part 15, for Class A computing devices. 2-4.01. Ambient Temperature and Elevation. All system equipment located in air conditioned rooms shall be suitable for operation in ambient temperatures from 100C to 350C and a relative humidity of 10 to 80 percent, noncondensing. All equipment located in non air conditioned indoor areas shall be suitable for an ambient temperature range of 0°C to 500C and a relative humidity of 10 to 95 percent, noncondensing. All equipment located outdoors shall be suitable for operation in an ambient temperature range 0°C to 600C and a relative humidity of 5 to 100 percent. Heaters and air conditioning/cooling equipment shall be provided where essential to maintain equipment within its manufacturer - recommended operating ranges. All equipment and instruments shall be designed to operate at the site elevation of 3,160 feet. 2-4.02. Deleterious Effects. All system equipment will be installed in areas without anti -static floor construction and without any provisions for control of particulates or corrosive gases other than ordinary office -type HVAC filtering. CONTRACTOR shall furnish any additional air cleaning equipment, anti -static chair pads, or other protective measures necessary for proper operation of the system. All input/output hardware shall meet or exceed, without false operation, all requirements of NEMA ICS-1-109.60, Electrical Noise Tests. 2-4.03. Noise Level. The equivalent "A" weighted sound level for any system equipment located in the control room, except printers, shall not exceed 35 dBA. The sound level for printers shall not exceed 65 dBA. Sound reduction enclosures shall be provided where necessary to comply with these limits. _z (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -12- (Membrane Procurement Package) (161704 ) I 2-4.04. Lightning Protection. In addition to other environmental protection specified herein, the entire system shall be provided with lightning protection. Lightning protection measures shall include the following. r 2-4.04.01. Grounding. All major components of the system shall have a low resistance ground connection. Grounding system provisions indicated on the drawings shall be modified as recommended by the CONTRACTOR. 2-4.04.02. Surge Suppressors. Surge and lightning supressors shall be non - faulting, non -interrupting, and shall protect against line -to -line and line -to -ground surges. Devices shall be solid-state metal oxide varistor (MOV) or silicon junction type, with a response time of less than 50 nanoseconds. Surge protective devices shall be applied for the following: a. All power connections to RTUs, PLCs, DCUs, instruments and control room equipment. Surge arresters shall be Transtector "ACP-100 Series", Power Integrity Corporation "ZTA Series", Phoenix Contact "Mains PlugTrab", or MCG Surge Protection "400 Series". b. All connections to coaxial -based networked equipment (including CCTV, CATV, Ethernet, Arcnet, and satellite) where any part of the circuit is outside of the building envelope. Surge arresters shall be Telematic "VP08", Transtector "TCP Series", Phoenix Contact "CoaxTrab Series", or Northern Technologies "TCS-CP3 Series". C. All analog signal circuits where any part of the circuit is outside of the building envelope. Circuits shall be protected at both the transmitter and the control system end of the circuit. Surge protection devices shall not impede or interfere with the use of smart transmitter calibration/communication. Protection devices located near the transmitter shall be Telematic "TP48." Protection devices in control panels shall be Transtector "TSP Series", Telematic "SD Series", Phoenix Contact "PipeTrab Series", or Citel "BP1-24." d. All metallic pair (twisted and untwisted) conductor local area network and data highway termination points, where any part of the data highway cable is routed outside of the building envelope. Single -port protective devices shall be Phoenix Contact "PlugTrab Series" or Telematic "NP Series." e. All serial, PLC data highway, and remote 1/0 network termination points where any part of the circuit is routed outside of the building envelope. Surge protection devices shall be Transtector "DLP Series" (RS-232); Transtector "FSP4000MC Series" (RS-422); Phoenix Contact "PlugTrab Series"; or Citel "E280 Series". (City of Lubbock, Texas ) 13500 L_J (Lake Alan Henry VVTP ) -13- (Membrane Procurement Package) (161704 ) 2-5. SOFTWARE DOCUMENTATION. The CONTRACTOR shall furnish complete documentation on all software supplied with the systems specified herein. Operating systems, compilers, assemblers, and utility and diagnostic programs that are standard commercial products of third parties need not be included in the magnetic media backup. Software documentation shall consist of the following principal items. Each and every line of PLC, OIT or HMI logic shall be documented in the code. It is acceptable to provide documentation on one line of logic for group logic; however, all other lines of code in the group shall have a note referring the reader to the description for the group logic. Software documentation shall consist of the following principal items. a. One backup set of any integrated circuit or solid-state memory -based plug-in firmware used. b. Two complete back Lp copies of system and application software in executable format on magnetic media compatible with the system furnished. C. Three sets of user reference manuals for all standard system and application software. d. One set of user reference manuals for all operating system software. e. Three sets of printed as -built reference documentation for any special software provided specifically for this contract. f. For each licensed software product, all documentation provided by the product manufacturer shall be provided. This includes all reference manuals and any other documents that were provided by the manufacturer. There should be one set of this documentation for each and every piece of equipment provided. Multiple pieces of similar equipment or software require multiple copies of this documentation. 2-6. SOFTWARE LICENSE. All software programs supplied as a standard part of MFS's products for this project shall be licensed to OWNER for use on the system specified herein. Such license shall not restrict OWNER from using the software on the system provided hereunder or its replacement. OWNER shall have the right to make copies of the software for use on the system provided. Specific requirements of MFS's software license are subject to review and approval by OWNER and ENGINEER. 2-7. INSTALLATION TEST EQUIPMENT. All necessary testing equipment for calibration and checking of system components shall be provided by the CONTRACTOR. The CONTRACTOR shall also furnish calibration and _ (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -14- -- (Membrane Procurement Package) (161704 ) maintenance records for all testing and calibration equipment used on the site if requested by ENGINEER. PART 3 — EXECUTION 3-1. INSTALLATION REQUIREMENTS. The installation of equipment furnished hereunder will be by the CONSTRUCTION CONTRACTOR or its assigned subcontractor(s). 3-1.01. Field Wiring. All internal instrument and component device wiring shall be furnished by the manufacturer. Wiring internal to factory assembled equipment skids shall be by the CONTRACTOR. Wiring to interconnect equipment or skids shall be by CONSTRUCTION CONTRACTOR. 3-1.02. Instrument Installation. Instruments shall be mounted so that they can be easily read and serviced and so that all appurtenant devices can be easily operated. 3-2. SYSTEM SOFTWARE CONFIGURATION. System software shall be configured by the CONTRACTOR. Configuration services shall consist of the creation of the system database, report formats, operator interface graphic and tabular display screen formats, password and security implementation, and programming of control units to provide a fully functioning system. The CONTRACTOR shall fully configure the system using data provided herein or supplied by the ENGINEER and/or the OWNER after award of the contract. The system that is delivered to the field for installation, checkout, and startup shall have all files, or databases, that are configurable in size, be sized in a manner in which there will be a 200% available space available for future work after the completion of this project. This sizing should include the addition of memory modules, disk drives, or any other device to insure the 100% spare space availability. All "tuning" of software that is dependant on space requirements shall be done prior to the completion of this project. The PLC's and enclosures specific to the membrane filtration system (PLC- 3001A and PLC-3001B) shall be provided, fabricated, programmed and tested by the CONTRACTOR. The software shall be supplied with communications drivers capable of communicating with any existing remote field devices indicated on the drawings as well as all software input/output drivers required to communicate with all field devices. System software shall support communications among computers and PI -Cs as indicated on the drawings. The CONTRACTOR shall be responsible for any device driver development required to support the communications indicated. Tuning of software programs shall be accomplished in such a manner that the (City of Lubbock, Texas ) 13500 (Lake Alan Henry VVTP ) -15- (Membrane Procurement Package) (161704 ) program operates at its highest performance level. These programs include, but F" are not limited to Microsoft SQL Server, all PLC logic, and others. 3-2.01. Control System Database. The control system database shall be developed and configured by the CONTRACTOR. The CONTRACTOR shall enter information obtainable from the Contract Documents into the database after attending the design standards meeting and receiving written approval. The CONTRACTOR shall determine the need for any "pseudo" database points and shall ascertain and enter all information needed to define these points. The CONTRACTOR is responsible for entering all information associated with each point. This includes but is not limited to, descriptions, engineering units, associated displays, areas, security, etc. All fields associated with each database point must be completely filled out accurately. 3-2.02. Graphic Screen Displays. The CONTRACTOR shall be responsible for developing and configuring the custom graphic displays for each OIT. Each piece of major process equipment that is monitored by the control system shall be displayed on one or more graphic screen. Graphic screens shall be representations of the equipment and piping. The screens must accurately show all devices and equipment that is part of the control loops. These items must be done in accordance to the OWNER configuration standards and conventions as outlined in the design standards meeting. The requirement for alarm and/or event displays shall also be provided and proven functional prior to acceptance of the system. A means of capturing and printing of all graphic screens shall also be included. This program must be accessible from all terminals provided under this contract. The following screens shall be provided as a minimum. • Main Overview of Membrane Filtration System • Overview of each Membrane Train • Alarm Summary • Event Summary • Overview of each major process area (with vectoring to sub -areas) • Summary screen to vector to all trends All graphic screens shall be provided to the OWNER for review and approval prior to testing or installation. Additionally, sample drawings or screen captures of typical OIT interface screens shall be provided to the System Supplier to coordinate the development of the PCS HMI screens. 3-2.03. Report Data. Report formats shall be developed and programmed by the PCS System Supplier using tag names defined in the database creation. MFS Reports shall be provided as summarized below. MFS data necessary for the creation of these reports shall be provided to the PSC via contiguous registers within the MFS master PLC. Data necessary for the creation of the following reports shall be provided. (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -16- (Membrane Procurement Package) (161704 ) i 1. Daily Flows Report - Report shall include flows for raw feed and total daily chemical usage for coagulation, disinfection, backwash, solids, and membrane CIP shall also be included in this report. 2. Membrane Basin/Rack Reports; for each basin or rack: a. Report will include the daily filtrate production, average flux, average TMP, average permeability, chemical use (acid and NaOCL for CIP and maintenance cleans), and turbidity (minimum, average, and maximum). b. Report will include daily membrane integrity test results in both pressure loss and log removal value and fiber repair log. (Fiber repair log is information that will be entered by the operator into the SCADA system database and included in the reports. This information will consist of the train and rack of the repaired fiber and the date when the repair occurred.) c. Report will include the daily log of operation indicating if each basin is in filtration operation, standby, or off-line. This report shall also include when the maintenance clean was performed and the CIP performed. d. Report will include a summary of the fiber repair log as described above. e. Report shall include the average turbidity values for the raw water, membrane feed water, recycled backwash, and combined membrane discharge for each day. The report shall also include the minimum CT ratios for each day. 3. Daily Operating Report. A daily report, listing the major Membrane Filtration System variables shall be provided. The report shall include hourly values and minimum/maximum/average values where appropriate. 4. Monthly Operating Report. A monthly operating report, which averages be values from the above daily reports, shall be provided. The report shall include monthly minimum/maximum/average values where appropriate. 5. The CONTRACTOR shall develop and provide the necessary software to automatically generate all TCEQ-required reports from the data collected by the MFS control system. The MFS master PLC shall be configured such that these reports are transmitted to the PCS for printing and reporting purposes. 3-2.03.01. Report Software Coordination. The CONTRACTOR shall make provisions to meet with the OWNER and the CONSTRUCTION CONTRACTOR (City of Lubbock, Texas ) 13500 (Lake Alan Henry V TP ) -17- (Membrane Procurement Package) (161704 ) on (2) two separate occasions for a minimum of 4 hours to discuss reporting -, requirements. 3-2.04. Configuration Standards and Conventions. A "Software Configuration Standards and Conventions" document shall be developed and prepared by the CONSTRUCTION CONTRACTOR. The document shall 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 t.sage/naming conventions; and security setup. The CONTRACTOR shall coordinate as necessary during the configuration coordination meeting described below to determine and obtain the final approved version of the standards and conventions prior to commencing with any system programming. The document shall be revised to document any additional standards that are established throughout the configuration process. 3-2.05. Programming Coordination Meetings. A technical software programmer representative of the MFS manufacturer shall attend a minimum of three software coordination meetings at the Owner's facilities, to discuss and review the software coordination issues. The plant System Supplier will issue a "Software Configuration Standards and Conventions" document as described previously or verbally communicate those standards and conventions during the meeting to be used as a guide in programming the MFS PLC and OIT software. An initial meeting will take place before any software configuration commences. The meeting will discuss programming conventions and standards as established by the System Supplier, OWNER and ENGINEER, and will establish the signal interface requirements. These standards and conventions will outline programming styles, methods, standard algorithms, documentation requirement, tagging naming standards, equipment numbering, color schemes, alarm schemes, data storage, and reporting methods to be used for the MFS PLC and OIT programming. Additionally during these meetings data to be shared with the PCS from the MFS PLC shall be identified and data sharing procedures, address locations, and communications protocols shall be established. The meeting will be held at one of the OWNER's facilities, and the location and schedule will be arranged by the OWNER once initiated by the System Supplier. The CONTRACTOR shall provide memory maps of the MFS PI -Cs to the System Supplier to assist in data access. All data to be accessed by the PCS shall be stored in contiguous memory locations within the PLC for more efficient plant control system access. The CONTRACTOR shall coordinate as necessary with .,v the System Supplier to establish protocol requirements for PLC and PCS network communications with the MFS PI -Cs. All PCS HMI interface data shall be ._ (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -18- (Membrane Procurement Package) _.' (161704 ) passed between the MFS master PLC 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. } A second review meeting, held at approximately 50 percent completion, but prior to the factory acceptance test, shall also be held. At this meeting, the CONTRACTOR shall provide color printouts of the MFS screens for review. Prior to the factory acceptance test, the CONTRACTOR shall provide an interactive demo of the HMI screen layout, screen navigation, colors, animation, and content for the OWNER and ENGINEER. The intent is for the MFS screen development to match both in appearance and operation those screens developed for the overall PCS HMI screens by the CONSTRUCTION CONTRACTOR. All meetings shall be held at the OWNER'S facilities. One additional review meeting shall be provided and scheduled with the OWNER, ENGINEER, and CONSTRUCTION CONTRACTOR to coordinate any modifications, changes, or additions necessary to be made to the Configurations Standards and Conventions documents. All meetings shall be organized by the System Supplier and held at the OWNER'S facilities. 3-2.06. Software Functional Requirements. General functional requirements for system configuration are described in the specifications. The information presented herein illustrates the general functional intent of the system. The CONTRACTOR shall be responsible for determining what additional information may be required to complete the configuration tasks, and for obtaining this information from the ENGINEER or the OWNER 3-3. SYSTEMS CHECK. The CONTRACTOR shall provide the services of a field manager and a trained and experienced field supervisor to assist the CONSTRUCTION CONTRACTOR during installation, and to calibrate, last, and advise others of the procedures for installation, adjustment, and operation. The CONTRACTOR shall provide the services of control system engineer to download programs to the plant control system hardware, test, and advise others of the installation, operation, and testing of the plant control system. 3-3.01. Field Manager. The CONTRACTOR shall appoint a field services manager who shall be responsible for the coordination of all system check-out and startup activities, and who shall be immediately available to ENGINEER and OWNER by phone or on site for the duration of this project. 3-3.02. Field Inspection at Delivery. The field supervisor shall inspect major equipment items within five working days of delivery, to assure that the (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -19- (Membrane Procurement Package) (161704 ) equipment was not damaged during shipment and shall supervise or assist with unpacking, initial placement, and initial wiring of the system. 3-3.03. Field Calibration of Instruments. After each instrument has been installed, a technical representative of CONTRACTOR shall calibrate each instrument and shall provide a written calibration report for each instrument, indicating the results and final settings. The adjustments of calibrated instruments shall be sealed or marked, insofar as possible, to discourage tampering. Instrument calibration shall be done before checkout of the system operation. A typical instrument calibration report is attached to the end of this section. 3-3.04. Field Inspection Prior to Startup. After installation and wiring connections are complete, the MFS's personnel shall assist the CONSTRUCTION CONTRACTOR in verifying that each external connection to the system is correctly wired and field process components and devices are functioning as intended,. This shall include verifying that all discrete and analog signals are properly displayed on the HMI screens and all commands are correctly sent from the OIT to the appropriate field devices. Upon completion of the field inspection or loop testing, the CONTRACTOR shall complete the startup and performance tuning of communications with the plant control system. This task shall include the testing and verification of all MFS provided control strategies and HMI configuration and setting of the analog ranges and control setpoints to allow proper operation or monitoring of the plant processes. 3-3.04.01. Analog Signals. Analog input signals shall be simulated at the transmitting source, and verified to be received at the proper register address in the control system. Analog outputs shall be generated at the control system, and - verified to be received with the correct polarity, at the respective receiving device. 3-3.04.02. Discrete Signals. Discrete input and output signals shall be simulated and verified that they are received at the respective receiving device, and at the proper voltage. 3-3.04.03. Devices by Other Suppliers. If interrelated devices furnished by other suppliers or under other contracts, such as valve actuators, motor controls, chemical feeders, and instruments, do not perform properly at the time of system checkout, the CONTRACTOR shall use suitable test equipment to introduce simulated signals to and/or measure signals from these devices to locate the sources of trouble or malfunction. 3-3.04.04. System Check Out Report. The CONTRACTOR shall submit a written report on the results of such tests to ENGINEER. Additional documentation shall be furnished as requested by ENGINEER to establish responsibility for corrective measures. CONTRACTOR shall verify, in writing, to ENGINEER or OWNER that the CONTRACTOR has successfully completed the (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -20- (Membrane Procurement Package) (161704 ) _. external connection check before beginning system startup or field acceptance testing. , 3-3.05. Start Up Assistance. After the field supervisor has completed the system check and submitted his report, the CONTRACTOR shall supply a factory -trained engineer to provide on site start up assistance. During the startup period, these personnel shall thoroughly check all equipment, correct any deficiencies, and verify the proper operation of all components. 3-4. TESTING. The system shall be acceptance tested at the factory and on site. All panels integral to the membrane feed system shall be furnished and tested by the CONTRACTOR. Once the panels are constructed, the CONTRACTOR will check out and test all of the panels prior to shipping to the WTP facility. The testing will be witnessed by the OWNER and/or ENGINEER. Once the CONSTRUCTION CONTRACTOR has completed installation of the MFS, the system shall be acceptance tested on site. The CONTRACTOR shall assist the CONSTRUCTION CONTRACTOR to prepare a testing procedure that shall demonstrate that the system conforms to the specifications. The testing shall be conducted by CONTRACTOR with assistance from CONSTRUCTION CONTRACTOR and witnessed by OWNER and/or ENGINEER. 3-4.01. Factory Acceptance Testing. After system assembly and debugging at CONTRACTOR's facility, the system shall be tested before the system is shipped to the site. The CONTRACTOR shall verify that all of the necessary control system configuration is complete and all programs are loaded on the control system hardware prior to the factory acceptance testing of the control system. The factory test shall be conducted on at least the minimum system consisting of computer hardware, software, printer, each PLC, and a representative sample of field 1/0 devices. Testing of the PI -Cs shall include a demonstration of all controls programmed in the PLC, PLC failover, and the related OIT graphics. All programming including calculations performed in the PLC shall be completed and tested by the CONTRACTOR prior to scheduling the factory acceptance test. The system shall be factory tested under simulated operating conditions. Both normal operating sequences and fault conditions shall be simulated. The results shall be noted on the CRT displays and the logging printer for hard copy. All basic functions shall be demonstrated, including 1/0 processing, communications, alarm handling, HMI display functions, alarm logging, report generation, and historical data storage, as well as the specific functions listed herein. All 1/0 points and control strategies shall be tested in their entirety, (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -21- (Membrane Procurement Package) (161704 ) including OIT and alarming functions. The system shall operate continuously for at least a 72 hours without faults. This operational test may run concurrently with the demonstration of hardware and software functions. The test procedure shall also include at a least four-hour period for discretionary tests to be conducted by ENGINEER or OWNER. 3-4.02. Hardware Test. Processors, processor modules, and peripheral devices associated with the system shall be assembled together as they will be installed in the field and shall be tested. The test shall demonstrate proper operation of each hardware device and communications among devices, and shall include verification of selected analog and discrete inputs and outputs. Hardware tests shall include verification of network communications between the PCS server and the MFS PLCs. The CONTRACTOR shall assist the CONSTRUCTION CONTRACTOR as necessary to successfully complete all hardware testing. 3-4.02.01. Software Test. All system software modules specified herein shall be demonstrated. Software tests shall include running all diagnostics, debugging routines, and system test routines. The operating system, advanced process control language compiler, and all associated drivers shall be fully tested and operable for the system test. Software "patches" or changes to bypass failed or flawed modules during the test will not be acceptable. 3-4.03. Site Acceptance Testing. After installation and checkout by CONTRACTOR's personnel, the system shall be subjected to an acceptance test. Site acceptance testing shall be scheduled after receipt of the System Check Out Report and the CONTRACTOR shall verify that all field signal changes are reflected in the proper address locations in the system database. The site acceptance testing shall follow the same procedure as the factory testing and shall operate without loss of basic functions. The site acceptance test shall not start until all integration with other systems has been completely implemented. The number of working days of continuous operation for the test shall be 10. The operational demonstration shall confirm that the status, alarm, and process variable signals are valid and are being updated appropriately, and that the discrete and analog output signals from the control system are being correctly transmitted and implemented. Any errors or abnormal occurrences shall be recorded by CONTRACTOR's field representative. CONTRACTOR's field representative need not be continuously present during the site acceptance testing, but shall be available to respond to the site within one hour of notification. The representative shall inspect the system for faults at least once every 24 hours and shall log or record any noted problems. The log shall include a description of the problem, its apparent cause, and any corrective action taken. (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -22- (Membrane Procurement Package) (161704 ) _t 3 3-4.03.01. Failure of Redundant Equipment. i' Failure of redundant equipment shall not be considered downtime provided that automatic failover occurs as specified and, in the opinion of ENGINEER, the failure was not caused by deficiency in design or installation. In the event of repeated failure of any hardware component or software module, the acceptance test shall be terminated and re -started. 3-4.03.02. Completion of Test Successful completion of the site acceptance test, including the operational demonstration, is prerequisite to Substantial Completion as specified in the Supplementary Conditions. 3-5. TRAINING. Refer to requirements specified in Section 01735. (City of Lubbock, Texas ) 13500 (Lake Alan Henry WfP ) -23- (Membrane Procurement Package) (161704 ) I INSTRUMENT NAME & SERVICE: BRAND & MODEL NO.: TAG OR LOOP NO.: INPUT/OUTPUT RANGE: INPUT ACTUAL OUTPUT DESIRED OUTPUT PROPORTIONAL BAND: RESET: POSITION OF SWITCHES, JUMPERS, ETC. COMMENTS: DATE OF CALIBRATION: CALIBRATED BY: Black& Veatch INSTRUMENT CALIBRATION REPORT Figure 1-13500 End of Section (_ (City of Lubbock, Texas ) 13500 (Lake Alan Henry WTP ) -24- (Membrane Procurement Package) (161704 ) Section 13530 PROGRAMMABLE LOGIC CONTROLLERS PART 1 - GENERAL 1-1. SCOPE. This section covers programmable logic controllers (PLCs), including associated input/output hardware to control the MFS process equipment and serve as the interface to field devices. The PI -Cs above shall be configured in a_ redundant configuration with remote 1/0 communicating over a ControlNet, Remote 1/0, and/or Modbus TCP communications network. 1-1.01. Control System. The Instrumentation and Control System section shall apply to all equipment furnished under this section. 1-2. GENERAL. Equipment 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 and materials furnished under this section. If requirements in this specification differ from those in the General Equipment Stipulations, the requirements specified herein shall take precedence. 1-3. SUBMITTALS. Submittals shall be as specified in the Instrumentation and Control System section. 1-4. DELIVERY STORAGE AND SHIPPING. Delivery, storage and shipping shall be as specified in the Instrumentation and Control System Section. 1-5. SPARE PARTS. Spare parts shall be furnished as follows: Spare Part Quantity Processor modules 1 of each type used Power supply modules 1 of each type used 1/0 modules 1 of each type used Communications modules 1 of each type used (City of Lubbock, Texas ) 13530 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) i r I " PART 2 - PRODUCTS 2-1. GENERAL. All equipment furnished under this section shall be expressly selected by the CONTRACTOR for its superior quality for the intended purpose and shall comply with the following requirements. 2-1.01. Interchangeability. All programmable logic controller systems shall be products of the same manufacturer and of the same series or product line. Processors, local and remote input/output hardware, communications modules, and specialty modules such as coprocessors and ASCII modules shall be interchangeable among all 1/0 panels and systems. PLC modules and hardware by other manufacturers will be acceptable only if the PLC manufacturer does not offer suitable modules and hardware for the same functions. 2-1.02. Initial, Spare, and Future Memory (RAM). The CONTRACTOR shall provide adequate memory for the amount of 1/0, control algorithms, and communications in the initial system. Each programmable logic controller shall include provisions for future expansion and shall have 100 percent spare memory capacity and 100 percent spare data capacity installed. The spare memory capacity shall be documented by submitting to ENGINEER, during factory testing, a statement indicating the amounts of memory of all types being utilized and the total amount available in each system. The statement shall include an estimate of the total program and data memory necessary, including spare memory, based on the 1/0 hardware for the system, and previous programming experience. 2-1.03. Spare 1/0. Each PLC input/output enclosure shall be provided with at least 20 percent spare inputs and outputs of each type. Spare 1/0 shall be installed, wired, and interfaced properly to the terminal strip. The spare 1/0 shall be in addition to any 1/0 installed and reserved for future process signals as may be indicated on the 1/0 list. In addition, each PLC input/output enclosure shall be capable of accommodating 20 percent of additional input/output capacity of each type as originally assembled, without the need for additional expansion racks, communication adapters, cables, or PLC power supplies. 2-1.04. Expandability. Each PLC processor and associated 1/0 shall have a future expandability of at least 100 percent of the provided system. 2-1.05. Acceptable Manufacturers. The PI -Cs shall be Allen-Bradley ControlLogix Series L63 or greater GE Fanuc PACSystem RX3i, Siemens S7- 400. (City of Lubbock, Texas ) 13530 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) 9 2-1.06. Signal Power Supplies. Regulated do power supplies shall be provided in each PLC enclosure for analog output Power supplies shall be suitable for an input voltage variation of plus or minus ten percent (±10%), and the supply output shall be fused or protected against short-circuiting. Output voltage regulation shall be as required by the instrumentation equipment supplied under another section. The loop power supply shall be separate from the power supply circuit for the processor and racks. The power source for all digital inputs from field devices shall be separately fused for each digital input module. Unless otherwise noted, all field devices will be provided with dry contacts that close to provide an input to the PLC. 2-1.07. Appurtenances. The PLC processor and 1/0 hardware shall be provided as complete systems, as shown on the block diagram drawings. The PI -Cs shall include all necessary hardware and software for a complete working system. All special rack or panel mounted power supplies, special interconnecting and programming cables, special grounding hardware, or isolation devices shall be furnished for proper operation of the equipment. Signal converters, signal boosters, amplifiers, special power supplies, special cable, special grounding, intrinsically safe relays and current repeaters, surge suppression devices, and isolation devices shall be furnished and installed for proper operation of the equipment. 2-1.08. PLC Arrangement. The PI -Cs shall be distributed and arranged as indicated herein. 2-1.08.01. Master Control PLC. A master control PLC and enclosure shall be provided. The PLC shall be programmed to accumulate all membrane monitoring data from all other PI -Cs, and will be the primary communications point for data exchange with the PCS. 2-1.08.02. Each Microfiltration Train. A separate PLC and enclosure, installed and wired under this contract, shall be provided for each Microfiltration Train. As an alternative approach, CONTRACTOR may utilize redundant/hot standby master PI -Cs located within the master PLC enclosure in lieu of individual PI -Cs at each membrane train. If the redundant/hot-standby master PLC is utilized, then only a single OIT/workstation shall be required installed flush mounted on the enclosure door to provide diagnostic information and control for MFS equipment. (City of Lubbock, Texas ) 13530 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) 2-2. LARGE PLC PROCESSOR. The programmable logic controller processor shall be an industrial -type rack -mounted unit that utilizes battery -backed CMOS type or nonvolatile type memory. Battery backed memory shall include integral batteries with sufficient capacity for at least six 6 months' memory retention P tY () Y without power to the processing unit. Standby and shelf life of the batteries shall be at least five (5) years. 2-2.01. Diagnostics. The processor shall utilize self -monitoring diagnostic techniques and shall contain easily visible LED diagnostic indicators for "run" and "halt" conditions as well as memory and input/output error conditions. Diagnostic codes shall also be available through the programming device to facilitate troubleshooting. 2-2.02. Programming Port The processor shall include a programming port that is available for programming and monitoring on-line after the system is fully functional, and after all communications, human machine interface (HMI), and network connections have been made. Removal or disruption of network communications, remote 1/0 communications, and HMIs to allow for on-line programming and monitoring will not be acceptable. A key switch shall be provided on the processor for selection of the operating mode and as a security measure. 2-2.03. Communications. The processor shall be programmed to operate autonomously, regardless of communications status with other units. Each programmable controller shall be furnished complete with communication modules for local and remote input/output hardware communications, communications with other programmable controllers, and communication with host computers as shown on the block diagram. . 2-2.04. Environment. The processor shall be suitable for operation in the I environments specified in another section. 2-2.05. Programming. The processor shall be programmable using the IEC 1131 international programming standards and ladder logic programming. IEC 1131 programming shall include the following: Functional Block Diagram Sequential Function Chart. Instruction List. Structured Text. Ladder Diagram. _ (City of Lubbock, Texas ) 13530 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) Ladder logic programming shall include a minimum of the following capabilities: 1- Contacts, coils, branching. Data comparisons. On -delay and off -delay timers. Counters with comparators. Floating point Math and Logical instructions. PID loop control. Jumps and Subroutine functions. Master control relay. Transitional or one-shot outputs. Standard and user -defined data tables for digital and analog value storage. Remote 1/0 capability. Fault -mode subroutine. 2-2.06. Programming Capabilities. The processor shall include the following capabilities for programming, debugging of programs, and troubleshooting. Off-line programming. On-line programming. On-line status of coils and registers. Input/output forcing. 2-2.07. Hardware Configuration Processors shall be configured for standard rack mounting. Each programmable logic controller processor shall include integral communications ports for the programming device, remote input/output, HMI device, or remote communications interfaces. 2-2.08. Input/Output Hardware. Input/output hardware shall be arranged as indicated on the drawings. Programmable logic controller systems shall support the following types of input/output modules. 120 volt ac digital input and output. 4-20 mA do analog input and output. 24 volt do digital input and output. (City of Lubbock, Texas ) 13530 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) k $l All digital input/output hardware shall include isolation against surges of at least 1500 volts. All output hardware connected to inductive loads shall be supplied with surge suppression devices and recommended by the PLC manufacturer to prevent damage to output hardware. Combination input/output modules will be acceptable if they meet the following requirements. 2-2.08.01. Wiring Terminals. All input/output modules shall utilize easily removable plug-in or hinged field wiring terminals to allow removal of modules without disconnecting individual wires. 2-2.08.02. 1/0 Circuit Power Supply. Outputs for motor driven equipment will typically be powered from the driven equipment. Digital outputs for miscellaneous equipment shall be powered either from the controlled equipment or the PLC enclosure as indicated on the drawings or as coordinated with the controlled equipment supplier. Outputs that control process equipment specified under other sections or provided under other contracts shall be fully isolated or shall operate either interposing relays or relay -type digital output modules in the PLC cabinet. 2-2.08.03. Digital Input Modules. Digital input modules shall sense voltages between 100 and 130 volts ac or 20 and 28 volts do and shall have LED indicators for each point to display the status of the field contact. Each input module shall be suitable for being connected to a separate voltage source and return. Return voltage may be common to the entire input module. Digital input modules shall have multiple inputs. 2-2.08-04. Digital Output Modules. Digital output modules shall control voltages 3 from 100 and 130volts ac or 20 and 28 volts do and shall be rated at least one (1) ampere. Outputs shall be individually fused and shall have LED indicators to display output status. Outputs shall withstand a surge of at least 80 amperes for one (1) cycle and shall have an off -state leakage current not to exceed 2.0 mA. Digital output modules shall have multiple outputs. 2-2.08.05. Relay Digital Output Modules. Not used. 2-2.08.06. Analog Input Modules. Analog input modules shall accept linear 4-20 mA do signals from field transmitters. Analog to digital conversion accuracy shall be at least 12-bit (0-4095 count) resolution. Analog input modules shall have multiple inputs. 2-2.08.07. Analog Output Modules. Analog output modules shall transmit linear 4-20 mA do signals to field devices. Loop power for all analog outputs shall be provided by regulated power supplies in each input/output enclosure and shall be capable of driving a 0 to 600 ohm load. Digital to analog conversion accuracy (City of Lubbock, Texas ) 13530 (Lake Alan Henry VVTP ) -6- (Membrane Procurement Package) (161704 ) t r E. f__ f_ shall be at least 12-bit (0-4095 count) resolution. Analog output modules shall have multiple outputs. , 2-2.08.08. Panel Terminations. All PLC input/output signals for field connections shall be terminated through panel enclosure terminal strips. Direct connection of field wiring to the 1/0 module terminals is not acceptable. 2-2.08.09. Interposing Relays. Interposing relays shall be incorporated on all 1/0 circuits as shown on the PLC input/output listing, where required by the application of isolate foreign power sources, where the continuous output rating of the PLC relay digital or output module is not sufficient to power the connected device or equipment, or where otherwise required by the MSS equipment. Interposing relays shall be provided for any digital output module output signal that leaves the PLC enclosure. Interposing relays shall be mounted in the PLC enclosure containing the output module that activates the relays. 2-3. MINI PLC PROCESSOR. The programmable logic controller processor shall be an industrial type that utilizes battery -backed CMOS type or nonvolatile type memory. Battery -backed memory shall include integral batteries with sufficient capacity for at least six (6) months' memory retention without power to the processing unit. Standby and shelf life of the batteries shall be at least five (5) years. n 2-3.01. Diagnostics. The processor shall utilize self -monitoring diagnostic techniques. Easily visible LEDs shall indicate "run" and "halt" status as well as memory and input/output error conditions. Diagnostic codes shall also be available through the programming device to facilitate troubleshooting. 2-3.02. Programming Port The processor shall include a programming port that is available for programming and monitoring on-line after the system is fully functional. Removal or disruption of network communications, remote 1/0 communications, or HMIs to permit programming and monitoring will not be acceptable. 2-3.03. Communications. The processor shall be programmed to operate autonomously, regardless of communications status with other units. 2-3.04. Environment The processor shall be suitable for operation in the environments specified in another section. A key switch shall be provided on the processor to select the operating mode and as a security measure. 2-3.05. Programming. The processor shall be programmable using conventional relay ladder logic, or as required, and shall include the following functions and features. (City of Lubbock, Texas ) 13530 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) [l Contacts, coils, branching. Data comparisons. On -delay and off -delay timers. Counters with comparators. Floating Point Math and Logical instructions. Master control relay. Transitional or one-shot outputs. Standard and user -defined data tables for digital and analog value storage. 2-3.06. Capabilities. The processor shall include the following capabilities for programming, debug of programs, and troubleshooting. Off-line programming. On-line status of coils and registers. Input/output forcing. 2-3.07. Configuration. Processors shall be configured for standard rack mounting and shall be of plug-in printed circuit board construction. Each programmable logic controller shall include integral communications ports for the programming device, remote input/output, HMI device, or remote communications interfaces as required. Programmable logic controller systems shall support the following types of input/output. 120 volt ac digital input and output. 24 volt do digital input and output. 4-20 mA do analog input and output. 2-3.08. Input/Output Hardware. Input/output hardware shall be supplied in standard modules of four (4), eight (8), 16, or 32 points each for assembly in local and remote input/output enclosures. All input/output hardware shall be entirely contained within the PLC enclosure. Programmable logic controllers having fixed, non -removable input/output hardware are not acceptable. All digital input/output hardware shall include isolation against surges of at least 1500 volts. All output hardware connected to inductive loads shall be supplied with surge suppression devices as required and recommended by the PLC ., (City of Lubbock, Texas ) 13530 (Lake Alan Henry VVTP ) -8- (Membrane Procurement Package) (161704 ) manufacturer to prevent damage to output hardware. Combination input/output modules will be acceptable if they meet all of the requirements in the following subparagraphs. �i 2-3.08.01. Wiring Terminals. All input/output modules shall utilize easily removable plug-in or hinged field wiring terminals to allow removal of modules without disconnecting individual wires. 2-3.08.02. 1/0 Circuit Power Supply. Outputs for motor drive n equipment will typically be powered from the driven equipment. Digital outputs for miscellaneous equipment shall be powered either from the controlled equipment or the PLC enclosure as indicated on the drawings or as coordinated with the controlled equipment supplier. Outputs that control process equipment specified under other sections or provided under other contracts shall be fully isolated or shall operate relay -type digital output modules or interposing relays in the PLC cabinet. 2-3.08.03. Digital Input Modules. Digital input modules shall sense voltages between 100 and 130 volts ac or 20 and 28 volts do and shall have LED indicators for each point to display the status of the field contact. Each input module shall be suitable for being connected to a separate voltage source and return. Return voltage may be common to the entire input module. 2-3.08.04. Digital Output Modules. Not Used. 2-3.08.05. Relay Digital Output Modules. Where indicated on the PLC input/output listing, digital output modules shall control voltages from 24 to 110 volts do and 24 to 230 volts ac and shall be rated at least two (2) amperes. Outputs shall be individually fused and shall have LED indicators to display output status. Digital outputs for motor driven equipment shall be powered by the driven equipment. Outputs shall withstand a surge of at least 80 amperes for 15 milliseconds. 2-3.08.06. Analog Input Modules. Analog input modules shall accept linear 4-20 mA do signals from field transmitters. Input circuitry shall be floating differential type designed to prevent loop grounding. Analog to digital conversion accuracy shall be at least 12 bit (0-4095 count) resolution. Where analog input signals are grounded outside of the PLC enclosure, isolation shall be provided for the associated analog input point either on the analog input module or through an 1/1 signal isolator provided in the PLC enclosure. 2-3.08.07. Analog Output Modules. Analog output modules shall transmit linear 4-20 mA do signals to field devices. Loop power for all analog outputs shall be provided by regulated power supplies in each input/output enclosure and shall be capable of driving a zero (0) to 600 ohm load. Digital to analog conversion accuracy shall be at least 12 bit (0-4095 count) resolution. (City of Lubbock, Texas ) 13530 (Lake Alan Henry WTP ) -9- (Membrane Procurement Package) (161704 ) c 1 2-3.08.08. Panel Terminations. All PLC input/output signals for field connections shall be terminated through panel enclosure terminal strips. Direct connection of field wiring to the 1/0 module terminals is not acceptable. 2-4. COMMUNICATIONS. Each programmable controller system shall be furnished complete with communication hardware modules for local input/output hardware, remote input/output hardware, other programmable controllers, or for host computers. Communication hardware shall be compatible with the cable, data highway, fiber optic, or radio communication media. 2-4.01. Addressability. Each programmable logic controller shall be individually addressable so that only the selected controller responds when queried. At least 64 distinct network addresses shall be available. Designation of a controller's network address may be either a software or hardware function. 2-4.02. Communications Hardware. The CONTRACTOR shall provide all necessary communications hardware. Hardware shall be included for, but not be limited to, remote 1/0, data highway, host computer, fiber optics, Ethernet and radio. 2-4.02.01. PLC to PLC Communications Hardware. Each PLC shall communicate to other PI -Cs over a data highway communications network. The Po, CONTRACTOR shall include all rack mounted, enclosure mounted, or desktop mounted communications modules required for a complete working system. 2-4.02.02. PLC to Remote Communications Hardware. The master PLC shall communicate with the remote PLC rack over a remote 1/0 communications network. The CONTRACTOR shall include all rack mounted, enclosure mounted, or desktop mounted communications modules required for a complete working system. 2-4.02.03. PLC to Host Communications Hardware. Each PLC shall communicate to the host computer over a data highway communications network. The CONTRACTOR shall include all rack mounted, enclosure mounted, or desktop mounted communications modules required for a complete - working system. The computer system hardware is covered in another section. 2-4.03. 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 PI -Cs and communications modules. PLC ..; communications media shall be as specified under the Network Systems section. (City of Lubbock, Texas ) 13530 (Lake Alan Henry WTP ) -10- (Membrane Procurement Package) (161704 ) 2-4.03. Special Devices. CONTRACTOR shall provide two sets of any special devices (such as null modems, adapter cards, interface converters, etc.) required to establish an operational programming line between the programmable logic controllers and programming device. 2-5. MEDIA CONVERTERS. Not Used. 2-6. TELEPHONE NETWORKS. Not Used. 2-7. SERIAL NETWORKS. Not Used. 2-8. PROGRAMMING DEVICE HARDWARE. Not Used. 2-9.01. Standard Product. The programming software shall be personal computer based and a standard product of the PLC manufacturer. The software shall be Allen Bradley RSLogix. Modicon Concept.or GE Fanuc Cimplicity 2-9.03. Programming Software Features. The programming software shall allow off-line development of all PLC -related programming, including user annotation of the program, and creation and printing of application programs and 1/0 cross- reference lists. Special programming tasks originally provided by the MSS shall also be included. On-line features shall include IEC-1311 standards program modification, ladder - logic modification, program language modification, monitoring of real-time ladder - logic execution, monitoring of program execution, monitoring and manipulation of timer and counter preset and present values, monitoring and forcing of physical 1/0, and monitoring and manipulation of analog (register) and bit (binary) data table values. PLC and 1/0 hardware diagnostic and status information shall be accessible using the software in on-line mode. 2-10. SYSTEM ENCLOSURES. Programmable logic controllers and input/output hardware shall be housed in shop -assembled panels as indicated on the drawings and as described in Section 13030. PART 3 - EXECUTION 3-1. INSTALLATION REQUIREMENTS. PLCs installation requirements are specified in Instrumentation and Control System section except as described herein. Field check, testing, and training shall be as specified in the Instrumentation and Control System section. (City of Lubbock, Texas ) 13530 (Lake Alan Henry WTP ) -11- (Membrane Procurement Package) (161704 ) R' 3-2. CONFIGURATION. ;'• 3-2.01. PLC Programming and Configuration. Configuration services are specified in the Instrumentation and Control System section. 3-2.02. Communications Confi_ uration The communications shall be fully configured and installed by CONTRACTOR, and shall be operational before application software configuration by others. Communications shall be configured as shown on the drawings. End of Section ( (City of Lubbock, Texas ) 13530 (Lake Alan Henry WTP ) -12- (Membrane Procurement Package) (161704 ) Section 15060 MISCELLANEOUS PIPING AND PIPE ACCESSORIES PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of miscellaneous piping and pipe accessories for the MFS specified in Section 13030. Miscellaneous piping shall be furnished complete with all fittings, flanges, unions, and other accessories specified herein. MFS piping shall be designed to meet the flow and pressure requirements determined by the CONTRACTOR. In no case shall the pipe velocity exceed 7 feet per second. 1-2. SUBMITTALS. 1-2.01. Drawings and Data. Complete specifications, data and catalog cuts or drawings shall be submitted in accordance with the submittals section. Submittals are required for all piping, fittings, gaskets, sleeves, and accessories, and shall include the following data: Name of Manufacturer Type and model Construction materials, thickness, and finishes Pressure and temperature ratings Contractor shall obtain and submit a written statement from the gasket material manufacturer certifying that the gasket materials are compatible with the joints specified herein and are recommended for the specified field test pressures and service conditions. 1-3. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. PART 2 - PRODUCTS 2-1. MATERIALS. Miscellaneous piping materials shall be as specified herein. 2-1.01. Material Classification BR-1. BR-1 —Regular Weight Pipe ASTM B43, red brass, seamless, Brass Pipe I regular weight. (City of Lubbock, Texas ) 15060 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) Fittings ANSI/ASME B16.15, Class 125. Gauge piping for cold water. Gauge piping for seal water. Gauge piping for compressed air. 2-1.02. Material Classification BR-2. Not used. 2-1.03. Material Classification HS-1. HS-1 — Hose with Insert Hose ID not smaller than nominal size. Type Couplings Boston " Crosslinked Polyethylene Hose" or Gates "Renegade", Flexible connections in "Mustang 45 HW° or "Stallion" acid - chemical piping. chemical hose. To be selected for Overflow lines from resistance to the service chemical. analytical instruments. Couplings Rigid PVC or other material suitable for service conditions, with band type stainless steel clamps. 2-1.04. Material Classification HS-2. HS-2 — Hose with Quick Hose Disconnect Couplings Flexible connections in chemical piping. Overflow lines from analytical instruments. Couplings ID not smaller than nominal size. Boston "Crosslinked Polyethylene Hose" or Gates "Renegade", "Mustang 45 HW" or "Stallion" acid - chemical hose. To be selected for resistance to the service chemical. Cam -lock type quick connect/disconnect couplers and adapters as manufactured by OPW or PT 2-1.05. Material Classification TG-1. Not used. 2-1.06. Material Classification CRP-1. Not used. 2-1.07. Accessories. Accessories for the miscellaneous piping systems shall be as indicated. Unions for brass pipe PART 3 - EXECUTION (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) Fed Spec A-A-59617, Class 125. 15060 -2- 3-1. INSTALLATION. Materials furnished under this section which are integral to equipment skids shall be provided and installed by the CONTRACTOR per the pipe manufacturer's instructions. Materials furnished under this section which are outside equipment skids will be provided and installed by the CONSTRUCTION CONTRACTOR. End of Section (City of Lubbock, Texas ) 15060 Lf (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) Section 15064 STAINLESS STEEL PIPE, TUBING, AND ACCESSORIES PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of stainless steel pipe, tubing and accessories for the MFS as specified in Section 13030. Pipe and tubing shall be furnished complete with all fittings, flanges, unions, and other accessories specified herein. MFS piping shall be designed to meet the flow and pressure requirements determined by the CONTRACTOR. In no case shall the pipe velocity exceed 10 feet per second. 1-2. SUBMITTALS. 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: 1-2.01. Drawings and Data. Complete specifications, data, and catalog cuts or drawings shall be submitted in accordance with the Submittals section. Submittals are required for all piping, fittings, gaskets, sleeves, and accessories, and shall include the following data: Name of Manufacturer Type and model Construction materials, thickness, and finishes Pressure and temperature ratings CONTRACTOR shall obtain and submit a written statement from the gasket material manufacturer certifying that the gasket materials are compatible with the joints specified herein and are recommended for the specified field test pressures and service conditions. 1-3. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. PART 2 - PRODUCTS 2-1. MATERIALS. Stainless steel pipe materials shall be as specified herein. (City of Lubbock, Texas ) 15064 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) 2-1.01. Material Classification SS-1. SS-1 —Schedule 10S Pipe ASTM A312, Grade TP316L. with Beveled Ends Fittings Buttwelded, ASTM A403, WP316L. Fittings shall conform to ANSI/ASME Membrane filter feed, 616.9, Schedule 10S with beveled filtrate, backwash ends. supply, backwash waste, and CIP circulation piping. 2-1/2 inch [63 mm] and 2-1.02. Material Classification SS-2. SS-2 — Schedule 10S Pipe ASTM A312 or ASTM A778 with with Beveled Ends. longitudinal seams only, TP304L or TP316L, Air scour piping. Fittings Buttwelded, ASTM A403 WP-W or Membrane integrity A774, wrought stainless steel, grade testing air equivalent to pipe. Fittings shall Instrument air. conform to ANSI/ASME B16.9, Schedule 10S with beveled ends. 2-1/2 inch [63 mm] and larger. 2-1.03. Material Classification SS-3. Not used. 2-1.04. Material Classification SS-4. Not used. 2-1.05. Material Classification SS-5. SS-5 — Schedule 40S with Beveled I Pipe Ends Fittings Membrane filter feed, filtrate, backwash supply, backwash waste, and CIP circulation piping. 2-1/2 inch L3 mm] and (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) 15064 -2- ASTM A312, Grade TP316L. Buttwelded, ASTM A403, WP316L. Fittings shall conform to ANSI/ASME B16.9, Schedule 40S with beveled ends. 2-1.06. Material Classification SS-6. SS-6 — Schedule 40S with Threaded Ends. Instrument air. Gauge piping in stainless steel piping systems (to match pipe). 2 inch [50 mm] and smaller. 2-1.07. Material Classification SS-7. SS-7 — Schedule 40S with Plain Ends. Instrument air. Gauge piping in stainless steel piping systems. 2 inch [50 mm] and smaller with socket welded ends. 2-1.08. Material Classification SS-8. Pipe ASTM A312, TP304 or Fittings TP316. Threaded, material to match pipe. Fittings shall conform to ANSUASME B16.3, Class 150. Pipe ASTM A312, Grade Fittings TP304L, Socket welded, ASTM A182, F304L. Fittings shall conform to ANSUASME 1316.11, Class 3000. SS-8 — Schedule 40S with Plain Pipe ASTM A312, Grade Ends. Fittings TP316L. Socket welded, Instrument air ASTM A182, F316L. Fittings shall conform to 2 inch [50 mm] and smaller. ANSUASME 1316.11, Class 3000. 2-1.09. Material Classification SS-9. Not used. 2-1.10. Accessory Materials. Accessory materials for the stainless steel pipe systems shall be as indicated. Flanges SS-1 and SS-2 Pipe Backing Flanges Stainless steel plate, AISI Type 304 or 316 to match fittings. Provide stub ends with material and thickness to match fittings. Flanges shall conform with ANSUASME 1316.5, Class 150 diameter and drilling; with the following thicknesses: (City of Lubbock, Texas ) 15064 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) Nominal Pipe Size Flange Thickness inches [mm] inches [mm] 1/2-8 [13-200] 1/2 [13] 10-16 [250-400] 5/8 [16] 18-20 [450-500] 3/4 [19] 24-30 [600-750] 1 [25] 36 [900] 1-1/4 [32] SS-5 Pipe Flanges ANSI/ASME B16.5, Class 150, flat faced, AISI Type 304, 304L, 316, or 316L, to match piping. Flange Bolts ASTM A193 Class 2, AISI Type 304, ANSI 1318.2.1, heavy hex head, length such that, after installation, the bolts will project 1/8 to 3/8 inch [3 to 10 mm] beyond outer face of the nut. Flange Nuts ASTM A194, AISI Type 304, ANSI/ASME B18.2.2, heavy hex pattern. Flange Gaskets Process air Raised Face Non -asbestos inorganic fiber with EPDM Flanges binder; dimensions to suit flange contact face, 1/16 inch [1.5 mm] minimum thickness for plain finished surfaces, 3/32 inch [2 mm] minimum thickness for serrated surfaces, rated for 2750F [1350C] service; Garlock "IFG 5507". Flat Faced Premium Grade, EPDM, ring type, 1/8 inch Flanges [3 mm] thick, rated for 2750F [1350C] service; Garlock "8314". All other services. Flexitalic "Style CG", spiral wound, AISI Type 304 stainless steel, non -asbestos filler, 3/16 inch [5 mm] nominal thickness, with compression ring 1/8 inch [3 mm] thick to match required flange dimensions. Expansion Joints Process air Expansion joints shall be the elastomeric, arched type and shall be Mercer "Type 450" with "Type 500" retaining rings and Kevlar reinforcement, or equal. Other services not Expansion joints shall be Hyspan "Series specified. 2500" or equal. All materials in contact with (City of Lubbock, Texas ) 15064 (Lake Alan Henry VVTP ) -4- (Membrane Procurement Package) (161704 ) the fluid shall be stainless steel 316L and shall be provided with stainless steel flanged ends. Expansion joints shall be suitable for working pressures up to 150 psig [1035 kPa]. Anti -Seize Thread Lubricant All services Lubricants shall be DuPont "Krytox", Montedison USA "Fomblin", Hooker "Fluorolube", Halocarbon or 3M "Kel-F" Fluorocarbon oils and greases, or "Oxweld No. 64" Anti -Friction Compound. Fomblin or Hooker GR-362 grease is preferred. For ozone service, only Krytox or Fomblin grease shall be used, applied sparingly, and only to facilitate assembly or to lubricate packing. Insulating Fittings Threaded Dielectric steel pipe nipple, ASTM A53, Schedule 40, polypropylene lined, zinc plated; Perfection Corp. "Clearflow Fittings". Flanged Epco "Dielectric Flange Unions" or Central Plastics "Insulating Flange Unions". 2-2. WELDING OF STAINLESS STEEL. Filler metal for welding austenitic stainless steel, P-number 8 base materials shall be in accordance with the following: Material Type/Grade 304 shall use Type 308 filler metal. Material Type/Grade 304L shall use Type 308L filler metal. Material Type/Grade 316, shall use Type 316 filler metal. Material Type/Grade 316L shall use Type 316L filler metal. The following requirements shall apply when fabricating austenitic stainless steel components. Grinding shall be by aluminum oxide, zirconium oxide, or silicon carbide grinding wheels that sha II not have been used on carbon or low alloy steels. Hand or power wire brushing shall be by stainless steel brushes that shall not have been used on carbon or low alloy steels. All tools used in fabrication shall be protected to minimize contact with steel alloys or free iron. Grinding wheels and brushes shall be identified and controlled for their use on these materials only to ensure that contamination of these materials does not occur. f. (City of Lubbock, Texas ) 15064 (Lake Alan Henry WfP ) -5- (Membrane Procurement Package) (161704 ) Antispatter compounds, marking fluids, marking pens, tape, temperature indicating crayons, and other tools shall have a total halogen content of less than 200 parts per million. Heat input control for welding shall be specified in the applicable WPS and shall not exceed 55,000 joules per inch (22,000 joules per cm) as determined by the following formula: Heat Input (J / in.) = Voltage x Amperage x 60 Travel Speed (in./min.) Complete penetration pressure retaining welds shall be made using the GTAW process for the root and second layer as a minimum. Austenitic stainless steel instrument tubing shall be welded using only the GTAW process. Socket welds or butt welds in all austenitic stainless steel instrument tubing lines shall require an inert gas backing (purge) using argon during welding to avoid oxidation. The application of heat to correct weld distortion and dimensional deviation without prior written approval from the Engineer is prohibited. Unless otherwise approved in writing, the GTAW process shall require the addition of filler metal. The maximum preheat and interpass temperature for austenitic stainless steel shall be 3500 F (1760 C). The minimum preheat temperature shall be 500 F (100 C). r I Complete joint penetration welds welded from one side without backing, weld repairs welded from one side without backing, or weld repairs in which the base metal remaining after excavation is less than 0.1875 inch (5 mm) from being through wall, which are fabricated from austenitic stainless steel ASME P- number 8 base metal or unassigned metals with similar chemical compositions, shall have the root side of the weld purged with an argon backing gas prior to welding. Backing gas (purge) shall only be argon. The argon backing gas shall be classified as welding grade argon or shall meet Specification SFA-5.32, AWS Classification SG -A. The backing gas (purge) shall be maintained until a minimum of two layers of weld metal have been deposited. 2-3. SHOP CLEANING AND PICKLING OF STAINLESS STEEL PIPING AND WELDS. All stainless steel piping shall be thoroughly cleaned and pickled at the mill in accordance with ASTM A380. (City of Lubbock, Texas ) 15064 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) Pickling shall produce a modest etch and shall remove all embedded iron and heat tint. After fabrication, pickled surfaces shall be subjected to a 24 hour water test or a ferroxyl test to detect the presence of residual embedded iron. All pickled surfaces damaged during fabrication including welded areas shall either be mechanically cleaned or repickled or passivated in accordance with ASTM A380. Materials that have been contaminated with steel alloys or free iron shall not be used until all contamination is removed. When cleaning to remove steel or iron contamination is required, it shall be performed in accordance with ASTM A380, Code D requirements. All stainless steel surfaces shall be adequately protected during fabrication, shipping, handling, and installation to prevent contamination from iron or carbon steel objects or surfaces. Particulate matter shall be removed from piping and welds. Labels shall be affixed to the piping sections to indicate shop cleaning has been performed. Welds shall be either mechanically cleaned, pickled, or passivated on the exterior of the pipe. 2-4. HIGH TEMPERATURE EPDXY COATING. Not used. 2-5. INSULATING FITTINGS. In all piping, insulating fittings shall be provided to prevent contact of dissimilar metals, including but not limited to, contact of copper, brass, or bronze pipe, tubing, fittings, valves, or appurtenances, or stainless steel pipe, tubing, fittings, valves, or appurtenances with iron or steel pipe, fitti ngs, valves, or appurtenances. Insulating fittings shall also be provided to prevent contact of copper, brass, or bronze pipe, tubing, fittings, valves or appurtenances with stainless steel pipe, tubing, fittings, valves, or appurtenances. PART 3 - EXECUTION 3-1. INSTALLATION. Materials furnished under this section which are integral to equipment skids shall be provided and installed by the CONTRACTOR per the pipe manufacturer's instructions. Materials furnished under this section which are outside equipment skids will be provided and installed by the CONSTRUCTION CONTRACTOR. End of Section (City of Lubbock, Texas ) 15064 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) f Section 15065 MISCELLANEOUS STEEL PIPE, TUBING, AND ACCESSORIES PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of miscellaneous steel pipe, tubing and accessories that for the MFS as specified in Section 13030. Pipe and tubing shall be furnished complete with all fittings, flanges, unions, and other accessories specified herein. MFS piping shall be designed to meet the flow and pressure requirements determined by the CONTRACTOR. In no case shall the pipe velocity exceed 10 feet per second. 1-2. GENERAL. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. If requirements in this specification differ from those in the General Equipment Stipulations, the requirements specified herein shall take precedence. 1-3. SUBMITTALS. 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: 1-3.01. Drawings and Data. Complete specifications, data, and catalog cuts or drawings shall be submitted in accordance with the Submittals section. Submittals are required for all piping, fittings, gaskets, sleeves, and accessories, and shall include the following data: Name of Manufacturer Type and model Construction materials, thickness, and finishes Pressure and temperature ratings CONTRACTOR shall obtain and submit a written statement from the gasket material manufacturer certifying that the gasket materials are compatible with the joints specified herein and are recommended for the specified field test pressures and service conditions. (City of Lubbock, Texas ) 15065 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) 1-4. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. 1-4.01. Coated Pipe. Handling methods and equipment used shall prevent damage to the protective coating and shall include the use of end hooks, padded y calipers, and nylon or similar fabric slings with spreader bars. Bare cables, chains, or metal bars shall not be used. PART2-PRODUCTS 2-1. GALVANIZED STEEL PIPE. Galvanized steel pipe materials and service shall be as specified herein. 2-1.01. Material Classification CSG-1. Not used. 2-1.02. Material Classification CSG-2. CSG-2 — Standard Weight Pipe ASTM A53, Type E, Galvanized Steel with standard weight, Grade A Threaded Fittings or B; or ASTM A106, of equivalent thickness, Drain piping from equipment. galvanized. Fittings Malleable iron threaded, galvanized. Fittings shall conform to ANSVASME B16.3, Class 150, or Fed Spec 2-1.03. Material Classification CSG-3. Not used. 2-1.04. Accessory Materials. Accessory materials for galvanized steel pipe shall be as indicated below in the steel pipe paragraph of this section. 2-2. STEEL PIPE. Steel pipe materials and service shall be as specified herein. 2-2.01. Material Classification CS-1. Not used. 2-2.02. Material Classification CS-2. CS-2 — Standard Weight Steel with Pipe ASTM A53, Type S, Socket Welded Fittings. standard weight, Grade B; or ASTM Sodium hydroxide solution piping, A106, of equivalent interior locations or outdoors above thickness. Plain ends. (City of Lubbock, Texas ) 15065 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) grade. Fittings Forged steel socket Heating water system piping. welded. Fitting shall conform to ANSI 2 inch [50 mm] and smaller. 1316.11, Class 3000; Bonney, Crane, Ladish, or Vogt 2-2.03. Material Classification CS-3. CS-3 — Standard Weight Steel with Pipe ASTM A53, Type S, Buttwelded Fittings. standard weight Grade B; or ASTM Sodium hydroxide solution piping, A106, of equivalent interior locations or outdoors above thickness. Bevel grade. ends. Sodium hydroxide solution piping, Fittings Buttwelded. Fitting interior locations or outdoors above shall conform to grade. ANSI/ASME B16.9, Heating water system piping. standard weight. 2-1/2 inch [63 mm] and la 2-2.04. Material Classification CS-4. Not used. 2-2.05. Material Classification CS-5. Not used. 2-2.06. Material Classification CS-6. Not used. 2-2.07. Material Classification CS-7. Not used. 2-2.08. Material Classification CS-8. Not used. 2-2.09. Material Classification CS-9. Not used. 2-2.10. Material Classification CS-10. Not used. 2-2.11. Material Classification CS-11. Not used. 2-2.12. Material Classification CS-12. Not used. 2-2.13. Material Classification CS-13. Not used. 2-2.14. Material Classification CS-14. Not used. (City of Lubbock, Texas ) 15065 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) r L 2-2.15. Accessory Materials. Accessory materials for the miscellaneous steel pipe and tubing systems shall be as indicated. `-' Nipples ASTM A733, seamless, extra strong (Schedule 80); "close" nipples will be permitted only by special authorization in each case. Unions (Malleable Iron) Fed Spec WW-U-531, Class 2; Type B (galvanized) for galvanized pipe or Type A (black) for ungalvanized pipe. Flanges Standard Weight Pipe ANSI/ASME B16.5, Class 150, flat faced when connected to flat faced flanges; otherwise, raised face. Flange Bolts and Nuts ASTM A193, Grade B7 with ASTM A194 Grade 2H nuts. Length such that, after installation, the bolts will project 1/8 to 3/8 inch [3 to 10 mm] beyond outer face of the nut. Flange Gaskets For Heating Water Non -asbestos inorganic fiber with nitrile Service binder; dimensions to suit flange contact face, 1 /16 inch [1.5 mm] minimum thickness for plain finished surfaces, 3/32 inch [2 mm] minimum thickness for serrated surfaces; Garlock "IFG 5500". For Water Service ASTM D1330, Grade I, red rubber, ring type, 1 /8 inch [3 mm] thick. For Chemical Service Suitable for chemical. Mechanical Dresser "Style 38" or Smith -Blair "Type 411 Flexible Couplings Coupling"; without pipe stop. Expansion Joints Heating water, Flexonics "Model H Expansion Compensators" for chilled water, 3 inch [75 mm] or smaller; Flexonics "Mid -Corr, and other Series MCB" with flanged ends and stainless steel services not bellows for 4 inch [100 mm] or larger. Expansion specified. joints shall be suitable for working pressures up to 150 psig [1035 kPa]. (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) 15065 -4- PART 3 - EXECUTION 3-1. INSTALLATION. Materials furnished under this section which are integral to equipment skids shall be provided and installed by the CONTRACTOR per the pipe manufacturer's instructions. Materials furnished under this section which are outside equipment skids will be provided and installed by the CONSTRUCTION CONTRACTOR. End of Section (City of Lubbock, Texas ) 15065 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) L. Section 15067 MISCELLANEOUS PLASTIC PIPE, TUBING, AND ACCESSORIES PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of miscellaneous plastic pipe, tubing, and accessories for the MFS as specified in Section 13030. Pipe and tubing shall be furnished complete with all fittings, flanges, unions, jointing materials and other necessary appurtenances. MFS piping shall be designed to meet the flow and pressure requirements determined by the CONTRACTOR. In no case shall the pipe velocity exceed 7 feet per second. 1-2. SUBMITTALS. 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: 1-2.01. Drawings and Data. Complete specifications, data and catalog cuts or drawings shall be submitted in accordance with the submittals section. Submittals are required for all piping, fittings, gaskets, sleeves, and accessories, and shall include the following data: Name of Manufacturer Type and model Construction materials, thickness, and finishes Pressure and temperature ratings CONTRACTOR shall obtain and submit a written statement from the gasket material manufacturer certifying that the gasket materials are compatible with the joints specified herein and are recommended for the specified field test pressures and service conditions. 1-3. DELIVERY, STORAGE, AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. Pipe, tubing, and fittings shall be stored between 40OF and 90°F. (City of Lubbock, Texas ) 15067 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) PART 2 - PRODUCTS 2-1. FRP PIPE. Not used. 2-2. PVC PIPE MATERIALS. PVC pipe materials and services shall be as specified herein. 2-2.01. Material Classification PVC-1. Not used. 2-2.02. Material Classification PVC-2. PVC-2 — Schedule 80 PVC Pipe with Pipe ASTM D1785, Cell Solvent Welded Joints. Classification 12454, bearing NSF seal, Citric acid. 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. 2-2.03. Material Classification PVC-3. Not used. 2-2.04. Material Classification PVC-4. Not used. 2-2.05. Material Classification PVC-5. Not used. 2-2.06. Material Classification PVC-6. Not used. 2-2.07. Material Classification PVC-7. Not used. (City of Lubbock, Texas ) 15067_ (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) s; r I �' 2-2.08. Material Classification PVC-8. Not used. 2-2.09. Accessory Materials. Accessory materials for the PVC Pipe systems shall be as indicated. Flanges Diameter and drilling shall conform to ANSI/ASME B16.5, Class 150. Schedule 80 for DWV systems. Flange Bolts and Nuts ASTM A307, Grade B, length such that, after installation, the bolts will project 1/8 to 3/8 inch [3 to 10 mm] beyond outer face of the nut. Stainless steel for DWV and chemical feed systems, galvanized steel for all other systems. Flat Washers ANSI B18.22.1, plain. Same material as bolts and nuts. Flange Gaskets Full face, 1/8 inch [3 mm] thick, chemical - resistant elastomeric material suitable for the specified service. Expansion Joints Edlon "Thermo -molded TFE" or Resistoflex "Style R6905" molded expansion joint. 2-3. CPVC PIPE. CPVC pipe materials and services shall be as specified herein. 2-3.01. Material Classification CPVC-1. CPVC-1 — Schedule 80 Pipe ASTM F441, Cell Classification CPVC Pipe with 23447, bearing NSF seal, Schedule Solvent Welded Joints. 80. Fittings ASTM F439, Cell Classification Sulfuric acid. 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 (City of Lubbock, Texas ) 15067 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) threaded joints in this system shall be held to a minimum. 2-3.02. Accessory Materials. Accessory materials for the CPVC Pipe systems shall be as indicated. Flanges Diameter and drilling shall conform to ANSI/ASME B16.5, Class 150. Flange Bolts and Nuts ASTM A307, Grade B, length such that, after installation, the bolts will project 1/8 to 3/8 inch [3 to 10 mm] beyond outer face of the nut. Stainless steel for chemical feed systems, galvanized steel for all other systems. Flat Washers ANSI B18.22.1, plain. Same material as bolts and nuts. Flange Gaskets Full face, 1/8 inch [3 mm] thick, chemical - resistant elastomeric material suitable for the specified service. Expansion Joints Edlon "Thermo -molded TFE" or Resistoflex "Style R6905" molded expansion joint. 2-4. PE PIPE. PE pipe materials and services shall be as specified herein. 2-4.01. Material Classification PE-1. Not used. 2-4.02. Material Classification PE-2. Not used. 2-4.03. Material Classification PE-3. Not used. PE-3 — Polyethylene Tubing Tubing with Compression Fittings. Instrumentation and I Fittings Polyethylene, 1/8 through 5/8 inch [3 through 16 mm] OD, 1 /16 inch [1 mm] wall thickness, 130OF [54°C] max operating temperature. As recommended by the chlorine 2-4.04. Material Classification PE-4. Not used. 2-4.05. Material Classification PE-5. Not used. 2-4.06. Material Classification PE-6. Not used. 2-4.07. Accessory Materials. Accessory materials for the PE Pipe systems shall be as indicated. (City of Lubbock, Texas ) 15067 (Lake Alan Henry VVTP ) -4- (Membrane Procurement Package) (161704 ) Flanges Schedule 80 PVC; diameter and drilling shall conform to ANSI/ASME B16.5, Class 150. Flange Bolts and Nuts ANSI B18.2.1, ASTM A193, AISI Type 304, heavy hex head, length such that after installation the bolts will project 1/8 to 3/8 inch [3 to 10 mm] beyond outer face of the nut. ASTM A194, AISI Type, ANSI/ASME B18.2.2, heavy hex pattern. Fittings and Flange Molded or manufactured from the pipe; cell Adapters classification of material and pressure rating same as for pipe. 2-5. POLYPROPYLENE PIPE. Not used. 2-6. PVDF PIPE. Not used. 2-7. REINFORCED PLASTIC TUBING. Not used. PART 3 - EXECUTION 3-1. INSTALLATION. Materials furnished under this section which are integral to equipment skids shall be provided and installed by the CONTRACTOR per the pipe manufacturer's instructions. Materials furnished under this section which are outside equipment skids will be provided and installed by the CONSTRUCTION CONTRACTOR. End of Section (City of Lubbock, Texas ) 15067 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) Section 15070 COPPER TUBING AND ACCESSORIES PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of copper tubing and accessories for the MFS as specified in Section 13030. Copper tubing shall be furnished complete with all fittings, flanges, unions, and other accessories specified herein. MFS piping shall be designed to meet the flow and pressure requirements determined by the CONTRACTOR. In no case shall the pipe velocity exceed 7 feet per second. 1-2. SUBMITTALS. 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: 1-2.01. Drawings and Data. Complete specifications, data, and catalog cuts or drawings shall be submitted in accordance with the Submittals section. Submittals are required for all piping, fittings, gaskets, sleeves, and accessories, and shall include the following data: Name of Manufacturer Type and model Construction materials, thickness, and finishes Pressure and temperature ratings CONTRACTOR shall obtain and submit a written statement from the gasket material manufacturer certifying that the gasket materials are compatible with the joints specified herein and are recommended for the specified field test pressures and service conditions. 1-3. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. PART 2 - PRODUCTS 2-1. MATERIALS. Copper tubing materials and service shall be as specified herein. (City of Lubbock, Texas ) 15070 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) 2-1.01. Material Classification CU-1. CU-1 — Water Tubing Tubing Soft annealed copper tubing, ASTM with Flared Fittings B88, Type K. Fittings Flared, material to match tubing. All instrument tubing not Fittings shall conform to otherwise specified. ANSI/ASME B16.26. 2-1.02. Material Classification CU-2. Not used. 2-1.03. Material Classification CU-3. CU-3 — Water Tubing Tubing with Solder and Brazed Joints Fittings Compressed air, in - plant and exposed. Flanges Hard drawn copper tubing, ASTM B88, Type L. Solder joint (smaller than 2 inch), Brazed joint (2 inch and larger), material to match tubing. Fittings shall conform to ANSI B16.18, or ANSI/ASME B16.22. Where required for connection to equipment, valves, and accessories, ANSI B16.24, class 150, cast bronze, brazed joint. 2-1.04. Material Classification CU-4. Not used. 2-1.05. Material Classification CU-5. Not used. 2-1.06. Material Classification CU-6. CU-6 — Instrument Tubing Soft annealed copper tubing, ASTM Tubing with B280. Dimensions shall be in Compression Fittings accordance with ASTM B280. Fittings Compression type, brass, Crawford Panel mounted "Swagelok" or Parker Hannifin "CPI". compressed air piping, 3/4 inch and smaller. Instrument air piping 3/4 inch and smaller. 2-1.07. Material Classification CU-7. Not used. 2-1.08. Material Classification CU-8. Not used. (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) 15070 -2- 2-1.09. Accessory Materials. Accessory materials for the copper tubing systems shall be as indicated. Flange Bolts and Nuts Flange Gaskets Expansion Joints Insulating Fittings ASTM A307, Grade B, length such that, after installation, the bolts will project 1/8 to 3/8 inch [3 to 10 mm] beyond outer face of the nut. ASTM D1330, Grade I, red rubber, ring type, 1/8 inch [3 mm] thick. Tempflex "Model HB Expansion Compensators" with copper tube ends. Threaded Dielectric steel pipe nipple, ASTM A53, Schedule 40, poly -propylene lined, zinc plated; Perfection Corp. "Clearflow Fittings". Flanged Epco "Dielectric Flange Unions" or Central Plastics "Insulating Flange Unions". PART 3 - EXECUTION 3-1. INSTALLATION. Materials furnished under this section which are integral to equipment skids shall be provided and installed by the CONTRACTOR per the pipe manufacturer's instructions. Materials furnished under this section which are outside equipment skids will be provided and installed by the CONSTRUCTION CONTRACTOR. End of Section (City of Lubbock, Texas ) 15070 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) Section 15091 MISCELLANEOUS BALL VALVES PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of manually operated or remote activated two position (open -close) ball valves for the MFS as specified in Section 13030. Piping, pipe supports, insulation, and accessories that are not an integral part of the valves or are not specified herein are covered in other sections. 1-2. GENERAL. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment and materials furnished under this section. If the requirements in this section are different from those in the General Equipment Stipulations, the requirements in the section shall take precedence. 1-2.02. Permanent Number Plates. All miscellaneous ball valves that have been assigned a number on the drawings, shall be provided with a permanent number plate. The location of number plates and the method of fastening shall be acceptable to ENGINEER. Numerals shall be at least 1 inch [25 mm] high and shall be black baked enamel on anodized aluminum plate. 1-3. SUBMITTALS. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accordance with the Submittals section. Included in the submittal shall be drawings by the valve manufacturer to indicate the position of the valve actuator and valve shaft. 1-4. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. PART 2 - PRODUCTS 2-1. CONSTRUCTION. Ball valves required for the MFS, but not specified herein, shall be selected to match piping material they are installed in. (City of Lubbock, Texas ) 15091 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) 2-1.01. Valves Type VB-1. VB-1 I Rating Instrument air. Code Type 2 inch and smaller Body/Bonnet Trim Seat Ball Stem Thrust Washer Stem Seal End Connection Temp. Limitations Valve Operator Manufacturers 2-1.02. Valves Type VB-2. Not used. 2-1.03. Valves Type VB-3. 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 Threaded End -20 to 400OF [-29 to 204°C] Lever Conbraco Industries "Apollo 77-100 Series"; Powell "Fig 42107John Guest Flow-tek VB-3 Rating 800 psi [6.5 MPa] nonshock cold WOG Process air Code MSS SP-110 service Type In -line, two piece, end entry, regular port 2 inch and Body/Bonnet ASTM A351-CF8M, stainless smaller steel III ral Seat Reinforced Teflon Ball ASTM A276-316, stainless steel Stem ASTM A276-316, stainless steel Thrust Washer Reinforced Teflon Stem Seal Teflon or Viton End Connection Threaded End Temp. Limitations -20 to 400OF [-29 to 204°C] Valve Operator Lever Manufacturers Conbraco Industries "Apollo 76- 100 Series'; Neles-Jamesbury "Series 4000", John Guest, Flow- tek (City of Lubbock, Texas ) 15091 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) 2-1.04. Valves Type VB-4. Not used. 2-1.05. Valves Type VB-5. VB-5 Rating Code Compressed Type air, water Body/Bonnet service Trim Seat 2-1/2 inch Ball Stem Thrust Washer Stem Packing End Connection Temp. Limitations Valve Operator Manufacturers 2-1.06. Valves Type VB-6. Class 150 In -line, split -body, full port ASTM A216-WCB, cast steel Reinforced Teflon ASTM A216-WCB, steel, chrome plated ASTM A108-CS Reinforced Teflon Manufacturer's standard Flanged, ASME B16.5, Class 150, raised face -20 to 400OF [-29 to 204°C] Lever Conbraco Industries "Apollo 88-200 Series", John Guest, Flow tek VB-6 Rating Class 150 Type In -line, end entry, regular port Compressed air, water Body/Bonnet ASTM A216-WCB, cast steel service Trim Seat Reinforced Teflon 3 inch and Ball ASTM A216-WCB, steel, chrome larger plated Stem ASTM A108-CS Flanged Thrust Washer Reinforced Teflon Body Seal Reinforced Teflon Stem Seal Manufacturer's standard End Connection Flanged, ASME B16.5, Class 150, raised face Temp. Limitations -20 to 400OF [-29 to 204°C] Valve Operator Lever Manufacturers Conbraco Industries "Apollo 88- 100 Series", Neles-Jamesbury "5000 Series", Powell "Fig 4224T", John Guest, Flow-tek (City of Lubbock, Texas ) 15091 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) 2-1.07. Valves Type VB-7. VB-7 Rating 800 psi [5.5 MPa] nonshock cold WOG Compressed Code ASME B16.34 air service Type In -line, three piece, bolted body, full port 2 inch and Body/Bonnet ASTM A105, forged steel or smaller ASTM A216-WCB, cast steel Trim Seat Reinforced Teflon Ball ASTM A108-CS, chrome plated Stem ASTM A108-CS Thrust Washer Reinforced Teflon Stem Seal Reinforced Teflon End Connection Socket weld Temp. Limitations -20 to 400OF [-29 to 204°C] Valve Operator Lever or Electric Manufacturers Contromatics "C-1122-BB-DL", Conbraco Industries "Apollo 83- 200 Series", Neles-Jamesbury "4DX2200TT", John Guest, Flow - Valve Operator tek Lever Contromatics "C-1122-BB- DLConbraco Industries "Apollo 83R-200 Series", Neles- Valve Operator Jamesbury "4DX2200TT" Electric Conbraco Industries "Apollo 83R- 242" 2-1.08. Valves Type VB-8. VB-8 I Rating Compressed Code air, water Type service Body/Bonnet 2-1/2 inch through 4 inch Trim Seat Butt weld Ball Stem (City of Lubbock, Texas ) 15091 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) 800 psi [5.5 MPa] nonshock cold WOG ASME B16.34 In -line, three piece, bolted body, regular port ASTM A105, forged steel or ASTM A216-WCB, cast steel Reinforced Teflon Nickel or hard chrome plates carbon steel Nickel or hard chrome plated Thrust Washer Stem Seal End Connection Temp. Limitations Valve Operator Manufacturers 2-1.09. Valves Type VB-9. Not used. 2-1.10. Valves Type VB-10. VB-10 Rating Sulfuric acid Type and citric acid service as Body/Bonnet specified in Miscellaneous Trim Plastic Pipe, Seat Tubing, and Ball Accessories section Stem 4 inch and Thrust Washer smaller Stem Seal Body Seals Socket End Connection Temp. Limitations Valve Operator Manufacturers 2-1.11. Valves Type VB-11. Reinforced Teflon Reinforced Teflon Butt weld -20 to 400OF [-29 to 204°C] Lever Worcester Controls "4546TTBW4", John Guest, Flow- tek 150 psig [1.0 MPa] nonshock cold WOG In -line, true union, full port (Schedule 80) PVC or CPVC to match piping system Teflon PVC or CPVC to match piping system PVC or CPVC to match piping system Teflon Viton O-ring Viton O-rings Socket 0 to 140OF [-18 to 60°C] Lever Hayward Plastic Products "True Union Ball Valve"; Nibco "Chemtrol TU Series Tru-Bloc Ball Valve"; Spears Manufacturing Co "True Union 2000 Standard Series 3600 Ball Valve", Asahi, George Fischer VB-11 Rating 150 psig [1.0 MPa] nonshock cold WOG Sulfuric acid Type In -line, true union, full port and citric acid Schedule 80 (City of Lubbock, Texas ) 15091 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) service as Body/Bonnet PVC or CPVC to match piping specified in system Miscellaneous Trim Plastic Pipe, Seat Teflon Tubing, and Ball PVC or CPVC to match piping Accessories system section Stem PVC or CPVC to match piping system 4 inch and Thrust Washer Teflon smaller Stem Seal Viton O-ring Body Seals Viton O-rings Flanged End Connection Flanged, ASME B16.5, Class 150, raised face Temp. Limitations 0 to 1400F [-18 to 600C] Valve Operator Lever Manufacturers Hayward Plastic Products "True Union Ball Valve"; Nibco "Chemtrol TU Series Tru-Bloc Ball Valve"; Spears Manufacturing Co. "True Union 2000 Standard Series 3600 Ball Valve", Asahi, George Fischer 2-1.12. Valves Type VB-12. Not used. 2-1.13. Valves Type VB-13. Not used. 2-1.14. Valves Type VB-14. Not used. 2-1.15. Valves Type VB-15. Not used. 2-1.16. Valves Type VB-16. Not used. 2-1.17. Valves Type VB-17. Not used. 2-1.18. Length Tolerance. Unless otherwise specified, the actual length of valves shall be within plus or minus 1/16 inch of the specified or theoretical length. 2-1.19. Shop Coatings. All ferrous metal surfaces of valves and accessories, both interior and exterior, shall be shop coated for corrosion protection. The valve manufacturer's standard coating will be acceptable, provided it is functionally equivalent to the specified coating. (City of Lubbock, Texas ) 15091 (Lake Alan Henry VVTP ) -6- (Membrane Procurement Package) (161704 ) Coating Materials Epoxy Enamel (for liquid service) Ameron "Amerlock 400 High -Solids Epoxy Coating", Carboline "Carboguard 891 ", or Tnemec "Series N140 Pota-Pox Plus". Rust -Preventive Compound Surfaces To Be Coated Unfinished Surfaces Interior Surfaces Liquid Service Exterior Surfaces of all valves As recommended by the manufacturer. Epoxy enamel. Universal primer. 2-2. VALVE ACTUATORS. Ball valve, except those which are equipped with power actuators or are designed for automatic operation, shall be provided with manual actuators. Unless otherwise specified or required by the MFS, each manual actuator shall be equipped with a lever operator. Ball valves with center lines more than 7'-6" above the floor shall be provided with chain levers. Valves required by the CONTRACTOR to be electric motor operated shall have reversible electric motor operators designed for 120 volt ac, single phase operation. Actuators shall include integral thermal overload protection and a declutchable manual override. Actuators shall be equipped with motor operation limit switches and two additional single -pole, double -throw limit switches for auxiliary open and closed indication. An internal heater and thermostat shall be provided in each actuator housing to prevent condensation. Actuators in Class I, Division 1 and Division 2, Group D hazardous areas indicated on the drawings shall have NEMA Type 7 housings. Actuators in other areas shall have NEMA Type 4X housings. 2-3. ACCESSORIES. If the CONTRACTOR's design requires valves with extension stems, stem guides; position indicator; floor boxes; valve boxes; or operating stands, refer to the Valve and Gate Actuator section. (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) 15091 -7- PART 3 - EXECUTION 3-1. INSTALLATION. Materials furnished under this section which are integral to equipment skids shall be provided and installed by the CONTRACTOR per the valve manufacturer's instructions. Materials furnished under this section which are outside equipment skids will be provided by the CONTRACTOR and installed by the CONSTRUCTION CONTRACTOR in accordance with the valve manufacturer's and CONTRACTOR's instructions. End of Section (City of Lubbock, Texas ) 15091 (_ (Lake Alan Henry WTP ) -8- (Membrane Procurement Package) (161704 ) r _ s Section 15092 INDUSTRIAL BUTTERFLY VALVES PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of manual or remote operated industrial butterfly valves for the MFS specified in Section 13030. Industrial type butterfly valves shall be provided where AWWA type butterfly valves are not required. Piping, pipe supports, insulation, and accessories that are not an integral part of the valves or are not specified herein are covered in other sections. Powered actuators are covered in the Valve and Gate Actuators section. 1-2. GENERAL. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished 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. Temporary Number Plates. Each industrial butterfly valve with an identifying number listed in the CONTRACTOR's drawings, shall be tagged or marked in the factory with the identifying number. 1-2.03. Permanent Number Plates. All industrial butterfly valves that have been assigned a number on the CONTRACTOR -provided MFS drawings or schedules, shall be provided with a permanent number plate. The location of number plates and the method of fastening shall be acceptable to ENGINEER. Numerals shall be at least 1 inch high and shall be black baked enamel on anodized aluminum plate. 1-3. SUBMITTALS. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accordance with the Submittals section. Included in the submittal shall be drawings by the valve manufacturer to indicate the position of the valve actuator and valve shaft. Drawings shall include separate wiring diagrams for each electrically operated or controlled valve and the electrical control equipment. Each drawing shall be identified with the valve number or name as identified in the CONTRACTOR - provided MFS drawings or schedules. _ (City of Lubbock, Texas ) 15092 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) t (161704 ) 1-4. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. PART 2 - PRODUCTS 2-1. CONSTRUCTION. Unless otherwise specified, industrial butterfly valves shall be the rubber -seat, tight -closing type. Valves specified with an electric, air, or hydraulic actuators shall be the lugged wafer style. Valve discs shall seat at 90 degrees with the pipe axis. Industrial butterfly valves with center lines more than 7'-6" above the floor shall be provided with chain -wheels and operating chains as specified herein. Flanged end valves shall be of the short -body type. If mechanical joint ends are required by the CONTRACTOR's design, either mechanical joint or push -on ends conforming to ANSI/AWWA C111/A21.11 will be acceptable. 2-1.01. Valves VBF-1. VBF-1 Rating Body Process air, Trim heating Seat water, Disc process water Stem service Stem Seal Wafer Stem Packing Shaft Bearings Shaft Seal End Connection Temperature Limitations Manual Valve Operator 6" [150 mm] & smaller 8" [200 mm] & larger Manufacturer 2-1.02. Valves VBF-2. ANSI Class 150 ASTM A126, Class B, cast iron EPDM ASTM B148, Alloy 952, aluminum bronze ASTM A276, Grade 316 or 304, stainless steel Synthetic O-rings Buna-N Upper and lower bearings or two upper bearings, bronze or reinforced teflon Synthetic rubber O-rings Wafer -20 to 250OF [-29 to 114°C] Lever Geared Handwheel VBF-2 Rating ANSI Class 150 Body ASTM A126, Class B, cast iron (City of Lubbock, Texas ) 15092 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) Process air, Trim heating Seat water, Disc process water Stem service Stem Seal Lugged Stem Packing Wafer Shaft Bearings Shaft Seal End Connection Temperature Limitations Manual Valve Operator 6" [150 mm] & smaller 8" [200 mm] & larger Manufacturer 2-1.03. Valves VBF-3. Not used. 2-1.04. Valves VBF-4 VBF-4 Rating Body Chemical- Shaft resistant Trim service in Seat CIP/neutrali- Disc zation Stem systems Stem Seal Shaft Bearings End Connection Temperature Limitations Manual Valve Operator Manufacturer EPDM ASTM B148, Alloy 952, aluminum bronze ASTM A276, Grade 316 or 304, stainless steel Synthetic O-rings Buna-N Upper and lower bearings or two upper bearings, bronze or reinforced teflon Synthetic rubber O-rings Wafer -20 to 2500F [-29 to 1140C] Lever Geared Handwheel Bray Controls, Keystone "AR2" Class 150 PVC, molded AISI Type 316 stainless steel FPM (Viton) or EPDM PVC or polypropylene 316 stainless steel Synthetic O-rings Upper and lower bearings, reinforced Teflon Flanged, ASME B16.5, Class 150 diameter and drilling -20 to 110 OF Lever Bray Controls, Keystone, Asahi American "Type 56", Chemtrol "Model B" 2-1.05. Length Tolerance. Unless otherwise specified, the actual length of valves shall be within plus or minus 1/16 inch of the specified or theoretical length. (City of Lubbock, Texas ) 15092 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) 2-1.06. Shop Coatings. All ferrous metal surfaces of valves and accessories, both interior and exterior, shall be shop coated for corrosion protection. The valve manufacturer's standard coating will be acceptable, provided it is functionally equivalent to the specified coating. Coating Materials Rust -Preventive Compound Surfaces To Be Coated Unfinished Surfaces Exterior Surfaces of All Valves Polished or Machined Surfaces Actuators and Accessories Specification Compliance As recommended by the manufacturer. Material Universal primer. Rust -preventive compound. Universal primer. 2-2. VALVE ACTUATORS. Manual actuated valves 6 inches and smaller, unless chain -wheel actuators are required, shall be provided with levers as specified herein. Valves 8 inches and larger shall have enclosed, geared, hand - wheel or chain -wheel actuators with position indicators as specified herein. Requirements for automatic valve actuators shall be as specified herein, and as specified in the Valve and Gate Actuator section. 2-2.01. Manual Actuators. Manual actuators of the types listed herein shall be provided by the valve manufacturer. Unless otherwise indicated or specified, each geared manual actuator shall be equipped with an operating hand -wheel. The direction of rotation of the wheel, wrench nut, or lever to open the valve shall be to the left (counterclockwise). Each valve body or actuator shall have cast thereon the word "Open" and an arrow indicating the direction to open. The housing of traveling -nut type actuators shall be fitted with a removable cover which shall permit inspection and maintenance of the operating mechanism without removing the actuator from the valve. Travel limiting devices shall be provided inside the actuator for the open and closed positions. Travel limiting stop nuts or collars installed on the reach rod of traveling -nut type operating mechanisms shall be field adjustable and shall be locked in position by means of a removable roll pin, cotter pin, or other positive locking device. The use of stop nuts or adjustable shaft collars which rely on clamping force or setscrews to prevent rotation of the nut or collar on the reach rod will not be acceptable. (City of Lubbock, Texas ) 15092 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) F, Each actuator shall be designed so that shaft seal leakage cannot enter the actuator housing. Valves for throttling service shall be equipped with an infinitely variable locking device or a totally enclosed gear actuator. Actuators shall produce the required torque with a maximum pull of 80 Ibs on the lever, hand -wheel, or chain. Actuator components shall withstand, without damage, a pull of 200 Ibs on the hand -wheel or chain -wheel or an input of 300 foot-Ibs on the operating nut. 2-2.02. Handwheels. Handwheel diameters shall be as recommended by the valve manufacturer. 2-2.03. Levers. Levers shall be capable of being locked in at least five intermediate positions between fully open and fully closed. In any building or structure containing lever operated valves, at least two operating levers shall be provided for each size and type of lever operated valve. 2-2.04. Chain -wheels. All valves with center lines more than 7'-6" above the floor shall be provided with chain -wheels and operating chains. Each chain - wheel operated valve shall be equipped with a chain guide which will permit rapid handling of the operating chain without "gagging" of the wheel and will also permit reasonable side pull on the chain. Suitable extensions shall be provided, if necessary, to prevent interference of the chain with adjacent piping or equipment. Operating chains shall be hot -dip galvanized carbon steel and shall be looped to extend to within 4 feet of the floor below the valve. 2-3. ACCESSORIES. Requirements for extension stems and stem guides, position indicators, floor boxes, operating stands, and torque tubes shall be as specified in Valve and Gate Actuator section. PART 3 - EXECUTION 3-1. INSTALLATION. Materials furnished under this section which are integral to equipment skids shall be provided and installed by the CONTRACTOR per the e valve manufacturer's instructions. Materials furnished under this section which are outside equipment skids will be provided by the CONTRACTOR and installed by the CONSTRUCTION CONTRACTOR in accordance with the valve manufacturer's and CONTRACTOR's instructions. End of Section (_ (City of Lubbock, Texas ) 15092 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) Section 15093 CHECK VALVES PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of check valves for the MFS as specified in Section 13030. Piping, pipe supports, insulation, and accessories that are not an integral part of the valves or are not specified herein are covered in other sections. 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. Valves shall be furnished with all necessary parts and accessories indicated on the drawings, specified, otherwise required for a complete, properly operating installation and shall be the latest standard products of a manufacturer regularly engaged in the production of valves. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished 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. Temporary Number Plates. Each check valve with an identifying number listed in the CONTRACTOR -provided MFS drawings or schedules, shall be tagged or marked in the factory with the identifying number. 1-2.03. Permanent Number Plates. All check valves that have been assigned a number on the CONTRACTOR -provided MFS drawings or check valve schedule, shall be provided with a permanent number plate. The location of number plates and the method of fastening shall be acceptable to ENGINEER. Numerals shall be at least 1 inch high and shall be black baked enamel on anodized aluminum plate. 1-3. SUBMITTALS. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accordance with the Submittals section. Included in the submittal shall be drawings by the valve manufacturer to indicate the position of the valve actuator and valve shaft. (City of Lubbock, Texas ) 15093 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) 14. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the 5' Handling and Storage section. PART 2 - PRODUCTS 2-1. CONSTRUCTION. 2-1.01. Valves VC-1. VC-1 Type Poppet Body Stainless steel Air/vacuum Trim service Poppet Stainless steel O-ring Viton 1-1/2 inch Spring Stainless steel or smaller End Connection Threaded pipe Temp. Limitations -20 to 375°F [-29 to 191°C] Manufacturers Circle Seal "Series 200", Swagelok "Series C", orequal 2-1.02. Valves VC-2. VC-2 Rating Class 125 Code AWWA C508 Water Type Horizontal swing, threaded bonnet service Body/Bonnet Trim ASTM B62 bronze Threaded Seat Bronze, regrinding ends Disc Bronze Hinge Pins Manufacturer's standard 2 inch or End Connection Threaded smaller pipe Temp. Limitations -20 to 212OF [-29 to 100°C] Manufacturers Stockham "B-321 ", Walworth "Fig 3406", orequal 2-1.03. Valves VC-3. VC-3 Rating Code Water Type service Body/Bonnet Trim Socket Seat ends Disc (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) 15093 -2- Class 125 AWWA C508 Horizontal swing, threaded bonnet ASTM B62 bronze Bronze, regrinding Bronze 2 inch or End Connection Soldered smaller pipe Temp. Limitations -20OF to 212OF [-29°C to 100°C] Manufacturers Nibco "S-413-B", Walworth "Fig 3046SX,or equal 2-1.04. Valves VC-4. VC-4 Rating Class 125 Type Dual disc wafer Air or Body Cast iron vacuum Trim service Seat EPDM Disc Aluminum 2 inch or Hinge Pins Aluminum larger pipe Springs Stainless steel Bushings Manufacturer's standard End Connection Plain, installed between ASME B16.1, Class 125, flat faced flanges Temp. Limitations -20 to 300OF [-29 to 149°C] Manufacturers Cameron Valves "Short Form Style 5118 Check Valves", Hoffman "Air Check Valves", Lamson "Check Valves", Keystone, Kingston, Check Rite, orequal 2-1.05. Valves VC-5. VC-5 Rating 50 bar Type Disc wafer Compressed Body Stainless steel air service Trim Seat EPDM 2 inch or Disc Stainless steel larger pipe Springs Stainless steel End Connection Plain, installed between ANSI 150 or 300 flat faced flanges Temp. Limitations -20 to 300OF [-29 to 149°C] Manufacturers S irax Sarco DCV Valves orequal 2-1.06. Valves VC-6. VC-6 Rating Class 125 Code AWWA C508 Water Type Horizontal swing, bolted bonnet service Body/Bonnet ASTM A126 Class B cast iron Trim (City of Lubbock, Texas ) 15093 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) 2-1/2 inch Seat Ring Bronze and larger Disc Bronze pipe Hinge Pins Bronze or brass Bushings Bronze Cover Gasket Manufacturer's standard End Connection Flanged, ASME B16.1 Class 125, flat faced Temp. Limitations -20 to 212OF [-29 to 100°C] Manufacturers Milwaukee "F-2974", Stockham "G-931" o r eq u a I 2-1.07. Valves VC-7. Not used. 2-1.08. Valves VC-8. VC-8 Rating Class 125 Type Dual disc wafer Low pressure Body ASTM A126, Class B, cast iron clear water Trim service Seat Ring Buna-N Disc ASTM B148 Alloy 952, aluminum 3 through 12 bronze inch pipe Springs/Hinge Stainless steel Pins/Stops Bearings Teflon End Connection Plain, installed between ASME B16.1, Class 125, flat faced flanges Temp. Limitations -20 to 2250F [-29 to 107°C] intermittent, 0 to 180OF [-18 to 820C] continuous Manufacturers Marlin "Wafer Check 125HZNSF", Stockham "WG-970", "Duo-Chek II 12HMP", Apco Valve and Primer "9000AR1 F", Centreline, Keystone, or Check Rite 2-1.09. Valves VC-9. Not used. 2-1.10. Valves VC-10. Not used. 2-1.11. Valves VC-11. VC-11 Rating Class 125 Type Dual disc wafer Low pressure Body ASTM A126, Class B, cast iron or clear water I ductile iron _ (City of Lubbock, Texas ) 15093 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) service Trim Seat Ring 14 inch and Disc larger pipe Springs/Hinge Pins/Stops Bearings End Connection Temp. Limitations Manufacturers 2-1.12. Valves VC-12. Not used. 2-1.13. Valves VC-13. VC-13 Rating Type Service as Body specified in Miscellaneous Trim Plastic Pipe, Ball Tubing, and Accessories Seat section Seals End Connection Socket Temp. Limitations ends Manufacturers 3 inch and smaller PVC or CPVC pipe 2-1.14. Valves VC-14. Buna-N ASTM B148 Alloy 952, aluminum bronze Stainless steel Teflon Plain, installed between ASME B16.1, Class 125, flat faced flanges --20 to 225OF [-29 to 107°C] intermittent, 0 to 1800F [-18 to 82°C] continuous Marlin "Wafer Check 125HZNSF", "Duo-Chek II Figure 12HMP", Apco Valve and Primer "9000AR1 F", Centreline, Keystone, or Check Rite 150 psig [1 MPa] nonshock Ball check, true union PVC or CPVC, material shall match pipe material PVC or CPVC, material shall match pipe material Viton or EPDM Viton or EPDM Socket 0 to 1400F [-18 to 60°C] Hayward Plastics Products "Ball Check Valve", Nibco "Chemtrol True Union Ball Check Valve", Sears Manufacturing Co. "True Union 2000 Industrial Series 4500 Ball Check Valves" VC-14 Rating 150 psig [1 MPa] nonshock Type Ball check, true union Service as Body/Bonnet PVC or CPVC material shall (City of Lubbock, Texas ) 15093 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) specified in Miscellaneous Trim Plastic Pipe, Ball Tubing, and Accessories Seat Section Seals End Connection Flanged ends 3 inch and smaller PVC or CPVC pipe 2-1.15. Valves VC-15. Temp. Limitations Manufacturers match pipe material PVC or CPVC, material shall match pipe material Viton or EPDM Viton or EPDM Flanged, ASME B16.5, Class 150, raised face 0 to 1400F [-18 to 60°C] Hayward Plastics Products "Ball Check Valve", Nibco "Chemtrol True Union Ball Check Valve", Sears Manufacturing Co. "True Union 2000 Industrial Series 4500 Ball Check Valves" VC-15 Rating Class 150 Type Spring loaded ball check with Chemical feed bolted removable cap service Body/Bonnet Carbon steel (sodium Trim hydroxide) Ball Alloy steel A276 Seat Stellite 6 2 inch and Gasket 316 Stainless Steel/Grafoil, Spiral smaller carbon Wound steel pipe Spring Stainless Steel Type 302 End Connection Socket welded Temp. Limitations 0 to 150OF [-18 to 66°C] Manufacturers Bonney Forge "HL51SW' 2-1.16. Valves VC-16. Not used. 2-1.17. Valves VC-17. VC-17 Rating Type Chemical Body piping vacuum Trim relief service Diaphragm End Connection PVC or CPVC Temp. Limitations pipe Manufacturers (City of Lubbock, Texas ) 15093 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) 100 psig [690 kPa] nonshock Diaphragm, two piece PVC Chemical resistant Threaded 0 to 140OF [-18 to 60°C] Plast-O-Matic "Series CKM Check Valves" or "Series VB Vacuum Breakers" 2-1.18. Valves VC-18. Not used. 2-1.19. Valves VC-19. Not used. 2-1.20. Shop Coatings. All ferrous metal surfaces of valves and accessories, both interior and exterior, shall be shop coated for corrosion protection. The valve manufacturer's standard coating will be acceptable, provided it is functionally equivalent to the specified coating. Coating Materials Epoxy Enamel (for liquid service) Ameron "Amerlock 400 High -Solids Epoxy Coating", Carboline "Carboguard0891 ", or Tnemec "Series N140 Pota-Pox Plus". Rust -Preventive Compound Surfaces To Be Coated Unfinished Surfaces Interior Surfaces Liquid Service Exterior Surfaces of All Valves Polished or Machined Surfaces Actuators and Accessories PART 3 - EXECUTION As recommended by the manufacturer. Epoxy enamel. Universal primer. Rust -preventive compound. Universal primer. 3-1. INSTALLATION. Materials furnished under this section which are integral to equipment skids shall be provided and installed by the CONTRACTOR per the valve manufacturer's instructions. Materials furnished under this section which are outside equipment skids will be provided by the CONTRACTOR and installed by the CONSTRUCTION CONTRACTOR in accordance with the valve manufacturer's and CONTRACTOR's instructions. End of Section (City of Lubbock, Texas ) 15093 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) Section 15095 SOLENOID VALVES PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of manually operated or remote activated two position (open -close) solenoid operated valves for the MFS specified in Section 13030. Piping, pipe supports, insulation, and accessories that are not an integral part of the valves or are not specified herein are covered in other sections. 1-2. GENERAL. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished 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. Permanent Number Plates. All solenoid valves that have been assigned a number on the CONTRACTOR -provided MFS drawings or schedules, shall be provided with a permanent number plate. The location of number plates and the method of fastening shall be acceptable to ENGINEER. Numerals shall be at least 1 inch high and shall be black baked enamel on anodized aluminum plate. 1-3. SUBMITTALS. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accordance with the Submittals section. 1-4. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. PART 2 - PRODUCTS 2-1. CONSTRUCTION. Solenoid valves shall have packless construction without packing box or sliding seal. Solenoid coils for AC service shall be 115 volts, 60 hertz, unless the CONTRACTOR provides transformer units with his equipment to reduce voltage _v to match valve requirements. Solenoid coils shall be encapsulated, Class F, for _ (City of Lubbock, Texas ) 15095 (Lake Alan Henry V TP ) -1- (Membrane Procurement Package) (161704 ) continuous duty at rated voltage ± 10 percent and 40°C ambient, in a NEMA Type 1 or 4 enclosure as required, with a conduit knockout. Solenoid coils for DC service are acceptable if CONTRACTOR provides a rectifier device to use 480 volt, 60 hertz service. Solenoid coils shall be Class H, for continuous duty at rated voltage ± 10 percent and 40°C ambient, in a NEMA Type 1 or 4 enclosure as required, with a conduit knockout. Valves shall be normally closed unless otherwise specified or indicated on the drawings. Normally open solenoid valves shall close when energized and normally closed solenoid valves shall open when energized. 2-1.01. Valves Type VSOL-1. VSOL-1 Instrument air service Type Body/Bonnet Trim Seals Disc Stem Bonnet Gasket Spring End Connection Temp. Limitations Valve Operator Manufacturers 2-1.02. Valves Type VSOL-2. VSOL-2 Instrument air service Type Body/Bonnet Trim Seals Disc Stem Bonnet Gasket Spring End Connection Temp. Limitations Valve Operator Manufacturers 2-Way, pilot operated Brass or bronze Buna-N or Teflon Buna-N or Teflon Manufacturer's standard Manufacturer's standard Manufacturer's standard Threaded 32 to 1040F [0 to 40°C] Integral ASCO "8210 Series" 3-Way, pilot operated Brass or bronze Buna-N or Teflon Buna-N or Teflon Manufacturer's standard Manufacturer's standard Manufacturer's standard Threaded 32 to 1040F [0 to 40°C] Integral ASCO " 8316 2-1.03. Length Tolerance. Unless otherwise specified, the actual length of valves shall be within ± 1/16 inch of the specified or theoretical length. (City of Lubbock, Texas ) 15095 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) 2-1.04. Shop Coatings. All ferrous metal surfaces of valves and accessories, both interior and exterior, shall be shop coated for corrosion protection. The valve manufacturer's standard coating will be acceptable, provided it is functionally equivalent to the specified coating. Coating Materials Epoxy Enamel (for liquid service) Ameron "Amerlock 400 High -Solids Epoxy Coating", Carboline "Carboguard 891", or Tnemec "Series N140 Pota-Pox Plus". Rust -Preventive Compound As recommended by the manufacturer. Surfaces To Be Coated Unfinished Surfaces Interior Surfaces Exterior Surfaces of All Valves Polished or Machined Surfaces None Universal primer. Rust -preventive compound. 2-2. ACCESSORIES. 2-2.01. Manual Operators. Valves shall be furnished with manual operators to allow valve operation when electrical power is off. (City of Lubbock, Texas ) 15095 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) PART 3 - EXECUTION 3-1. INSTALLATION. Materials furnished under this section which are integral to equipment skids shall be provided and installed by the CONTRACTOR per the valve manufacturer's instructions. Materials furnished under this section which are outside equipment skids will be provided by the CONTRACTOR and installed by the CONSTRUCTION CONTRACTOR in accordance with the valve manufacturer's and CONTRACTOR's instructions. End of Section (City of Lubbock, Texas ) 15095 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) Section 15097 PINCH AND DIAPHRAGM VALVES PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of manually operated or remote activated two position (open -close) or modulating pinch and diaphragm valves for the MFS specified in Section 13030. Piping, pipe supports, insulation, and accessories that are not an integral part of the valves or are not specified herein are covered in other sections. Valve actuators are covered in the Valve and Gate Actuator section. 1-2. GENERAL. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished 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. Permanent Number Plates. All pinch and diaphragm valves that have been assigned a number on the CONTRACTOR -provided MFS drawings or valve schedules, shall be provided with a permanent number plate. The location of number plates and the method of fastening shall be acceptable to ENGINEER. Numerals shall be at least 1 inch high and shall be black baked enamel on anodized aluminum plate. 1-3. SUBMITTALS. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accordance with the Submittals section. 1-4. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. PART 2 - PRODUCTS 2-1. PINCH VALVE CONSTRUCTION. 2-1.01. Valves VPN-1. Pinch valves shall consist of the valve body, elastomer sleeve liner, pinch bars, pull bars, actuator shaft, actuator base plate or yoke, (City of Lubbock, Texas ) 15097 (Lake Alan Henry wTP ) -1- (Membrane Procurement Package) (161704 ) actuator and assembly hardware. The valves shall be opened and closed with two mechanical pinch bars that constrict the elastomer sleeve liner between the bars. The pinch bars shall be enclosed inside the valve body. The top pinch bar shall be raised and lowered by a center actuator shaft. The lower pinch bar shall be raised and lowered with two pull bars anchored to the actuator base plate or yoke. Valves shall provide 100 percent of the port area of the joining pipe at the valve ends and, unless otherwise specified, through the entire length of the valve. Valves shall be capable of closing bubble tight against the maximum line pressure. 2-1.02. Valve Body. Pinch valves shall be enclosed, split body design. All valves shall have flanged ends compatible with connecting piping. Flange diameter and drilling shall conform to ANSI B16.1, Class 125. Flanges shall be finished to true plane surfaces within a tolerance limit of 0.005 inch. The finished face shall be normal to the longitudinal valve axis within a maximum angular variation tolerance of 0.002 inch per foot of flange diameter. 2-1.03. Elastomer Sleeve Liner. Pinch valves shall be equipped with a one piece, seamless flange -to -flange elastomer sleeve liner specifically designed for the specified service conditions. The elastomer sleeve shall be compression molded or hand wrapped and reinforced with polyester cord ply. Pull tabs attached to the cord ply and extending through the exterior elastomer coating shall be furnished for attachment to the pinch bars to ensure positive opening force under negative pipeline pressure. VPN-1 Rating Body Strainer Trim backwash Elastomer Sleeve Liner and blowoff line Pull and Pinch Bars Stem and Guide Rods Assembly Hardware End Connection Valve Operator Temp. Limitations Pressure Limitations 6 inch and smaller (City of Lubbock, Texas ) 15097 (Lake Alan Henry WfP ) -2- (Membrane Procurement Package) (161704 ) Class 125 Cast iron, ASTM A48 Buna-N with polyester reinforcing cord ply Ductile iron or carbon steel when enclosed. Stainless steel, AISI Type 316 when exposed. Stainless steel, AISI Type 316 Stainless steel, AISI Type 316 Flanged, ASME B16.1, Class 125, flat faced Manual with handwheel 40 to 2250F [4 to 107°C] 150 psig [1.0 M I 8 and 12 inch 100 psig [690 kPa] 14 inch and larger 50 psig [345 kPa] Manufacturers Onyx Valve Co. "Model DHC", RF Technologies, Inc. "RF Valve", or Red Valve, "Series 75", RKL Moyno Inc., or Flexible Valve Co. 2-1.04. Length Tolerance. Unless otherwise specified, the actual length of valves shall be within plus or minus 1/16 inch of the specified or theoretical length. 2-1.05. Shop Coatings. All ferrous metal surfaces of valves and accessories, both interior and exterior, shall be shop coated for corrosion protection. The valve manufacturer's standard coating will be acceptable, provided it is functionally equivalent to the specified coating. Coating Materials Epoxy Enamel (for liquid service) Ameron "Amerlock 400 High -Solids Epoxy Coating", Carboline "Carboguard°891 ", or Tnemec "Series N140 Pota-Pox Plus". Rust -Preventive Compound Surfaces To Be Coated Unfinished Surfaces Interior Surfaces Liquid Service Exterior Surfaces of All Valves Polished or Machined Surfaces Actuators and Accessories As recommended by the manufacturer. Epoxy enamel. Universal primer. Rust -preventive compound. Universal primer. 2-2. DIAPHRAGM VALVE CONSTRUCTION. 2-2.01. Valves VD-1. Diaphragm valves used in sodium hypochlorite service shall be provided with socket weld ends. Flanged ends may be used where required to facilitate disassembly of piping or equipment, or where acceptable to the ENGINEER. (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) 15097 -3- VD-1 Rating Class 150 Body CPVC Sodium Trim hypochlorite Diaphragm Two-piece unbonded, Teflon and chemical EPDM feed systems End Connection Socket weld, flanged, ASME B16.1, Class 125, flat faced Operator Handwheel with travel -stop & position indicator Manufacturers Asahi/America "Type G", "Type 14 Diaphragm Valves", or "Type 15 Diaphragm Valves", ITT "Dia-Flo Valves" 2-3. VALVE ACTUATORS. Manual actuated valves shall be provided with handwheels as specified herein. Requirements for automatic valve actuators shall be as specified herein and as specified in the Valve and Gate Actuators section. 2-3.01. Manual Actuators. Manual actuators of the types listed herein shall be provided by the valve manufacturer. Unless otherwise indicated or specified, each geared manual actuator shall be equipped with an operating handwheel. The direction of rotation of the wheel to open the valve shall be to the left (counterclockwise). Each valve body or actuator shall have cast thereon the word "Open" and an arrow indicating the direction to open. The housing of traveling -nut type actuators shall be fitted with a removable cover which shall permit inspection and maintenance of the operating mechanism without removing the actuator from the valve. Travel limiting devices shall be provided inside the actuator for the open and closed positions. Travel limiting stop nuts or collars installed on the reach rod of traveling -nut type operating mechanisms shall be field adjustable and shall be locked in position by means of a removable roll pin, cotter pin, or other positive locking device. The use of stop nuts or adjustable shaft collars which rely on clamping force or setscrews to prevent rotation of the nut or collar on the reach rod will not be acceptable. Each actuator shall be designed so that shaft seal leakage cannot enter the actuator housing. Valves for throttling service shall be equipped with an infinitely variable locking device or a totally enclosed gear actuator. (City of Lubbock, Texas ) 15097 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) Actuators shall produce the required torque with a maximum pull of 80 Ibs on the lever, handwheel, or chain. Actuator components shall withstand, without damage, a pull of 200 Ibs on the handwheel or chainwheel or an input of 300 foot Ibs on the operating nut. 2-3.02. Handwheels. Handwheel diameters shall be as recommended by the valve manufacturer. 2-3.03. Chainwheels. Unless otherwise specified in the valve schedules, all valves with center lines more than 7'-6" above the floor shall be provided with chainwheels and operating chains. Each chainwheel operated valve shall be equipped with a chain guide which will permit rapid handling of the operating chain without "gagging" of the wheel and will also permit reasonable side pull on the chain. Suitable extensions shall be provided, if necessary, to prevent interference of the chain with adjacent piping or equipment. Operating chains shall be hot -dip galvanized carbon steel and shall be looped to extend to within 4 feet of the floor below the valve. 2-4. ACCESSORIES. Requirements for extension stems, stem guides, position indicators, floor boxes, operating stands, and torque tubes shall be as specified in the Valve and Gate Actuators section. PART 3 - EXECUTION 3-1. INSTALLATION. Materials furnished under this section which are integral to equipment skids shall be provided and installed by the CONTRACTOR per the valve manufacturer's instructions. Materials furnished under this section which are outside equipment skids will be provided by the CONTRACTOR and installed by the CONSTRUCTION CONTRACTOR in accordance with the valve manufacturer's and CONTRACTOR's instructions. End of Section (City of Lubbock, Texas ) 15097 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) Section 15098 PLUG VALVES PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of manually operated or remote activated two position (open -close) plug valves for the MFS as specified in Section 13030. Piping, pipe supports, insulation, and accessories that are not an integral part of the valves or are not specified herein are covered in other sections. Valve actuators are covered in the Valve and Gate Actuator section. 1-2. GENERAL. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished 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. Permanent Number Plates. All plug valves that have been assigned a number on the CONTRACTOR -provided drawings or schedules, shall be provided with a permanent number plate. The location of number plates and the method of fastening shall be acceptable to ENGINEER. Numerals shall be at least 1 inch high and shall be black baked enamel on anodized aluminum plate. 1-3. SUBMITTALS. Complete drawings,- details, and specifications covering the valves and their appurtenances shall be submitted in accordance with the Submittals section. Included in the submittal shall be drawings by the valve manufacturer to indicate the position of the valve actuator and valve shaft. Submittal drawings shall clearly indicate the country of origin of all cast gray iron and ductile iron valve components. 1-4. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. PART 2 - PRODUCTS 2-1. CONSTRUCTION. 2-1.01. Valves VP-1. Not used. (City of Lubbock, Texas ) 15098 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) 2-1.02. Valves VP-2. Not used. 2-1.03. Valves VP-3. Not used. VP-3 Rating Class 150 Type Non -lubricated, tapered plug Sodium valve hydroxide Body Carbon steel service Trim Plug Seal Teflon Plug 316 stainless steel Seal Diaphragm Teflon End Connection Socket Weld or Flanged Temp. Limitations -20 to 200OF [-29 to 93°C] Valve Operator Lever Manufacturers Dezurik "PPS", Flowserve/Durco "G414-DSD4" or "G411-DSD4", ore ual 2-1.04. Length Tolerance. Unless otherwise specified, the actual length of valves shall be within plus or minus 1/16 inch of the specified or theoretical length. 2-1.05. Shop Coatings. All ferrous metal surfaces of valves and accessories, both interior and exterior, shall be shop coated for corrosion protection. The valve manufacturer's standard coating will be acceptable, provided it is functionally equivalent to the specified coating. Coating Materials Epoxy Enamel Rust -Preventive Compound Surfaces To Be Coated Unfinished Surfaces Interior Surfaces Exterior Surfaces of All Valves (City of Lubbock, Texas ) (Lake Alan Henry WTP ) (Membrane Procurement Package) (161704 ) Ameron "Amercoat385 Epoxy", Carboline "Carboguard 890", or Tnemec "Series N69 Hi -Build Epoxoline II". As recommended by the manufacturer. Epoxy. Universal primer. 15098 -2- Polished or Machined Surfaces Actuators and Accessories Rust -preventive compound. Universal primer. 2-2. VALVE ACTUATORS. Requirements for valve actuators shall be as specified in the Valve and Gate Actuators section. 2-3. ACCESSORIES. Requirements for extension stems, stem guides, position indicators, floor boxes, and operating stands shall be as specified in Valve and Gate Actuators section. PART 3 - EXECUTION 3-1. INSTALLATION. Materials furnished under this section which are integral to equipment skids shall be provided and installed by the CONTRACTOR per the valve manufacturer's instructions. Materials furnished under this section which are outside equipment skids will be provided by the CONTRACTOR and installed by the CONSTRUCTION CONTRACTOR in accordance with the valve manufacturer's and CONTRACTOR's instructions. End of Section (City of Lubbock, Texas ) 15098 (Lake Alan Henry VVTP ) -3- (Membrane Procurement Package) (161704 ) Section 15180 VALVE AND GATE ACTUATORS PART 1 - GENERAL 1-1. SCOPE. This section covers furnishing manual and powered valves and accessories for the MFS as specified in Section 15030 and herein. 1-2. GENERAL. Equipment provided 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. Actuators shall be furnished with all necessary parts and accessories indicated on the CONTRACTOR -provided drawings and schedules, specified, or otherwise required for a complete, properly operating installation and shall be the latest standard products of a manufacturer regularly engaged in the production of actuators. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished 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. Governing Standards. Except as modified or supplemented herein, all powered actuators shall conform to applicable requirements of ANSI/AWWA C540. Except as modified or supplemented herein, all manual and cylinder actuators for butterfly and eccentric plug valves shall conform to the applicable requirements of ANSI/AWWA C504. Except as modified or supplemented herein, all manual actuators for ball valves shall conform to the applicable requirements of ANSI/AWWA C507. 1-2.03. Power Supply. Power supply to electric actuators will be as required by the MFS. 1-2.04. Marking. Each actuator shall be marked with the manufacturer's name, model number, and the country of origin. An identifying serial number shall be stamped on a corrosion -resistant plate attached to the actuator. .. (City of Lubbock, Texas ) 15180 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) 1-2.05. Temporary Number Plates. Each actuator shall be factory tagged or 17, marked to identify the actuator and the applicable valve or gate by number or , service as indicated in the CONTRACTOR -provided MFS valve or gate schedule. 1-3. SUBMITTALS. Complete drawings, details, and specifications covering the actuators and their appurtenances shall be submitted in accordance with the Submittals section. Submittal drawings shall clearly indicate the country of origin of each actuator and its components. The drawings shall include separate wiring diagrams for each electrically operated or controlled actuator and the electrical control equipment. Each actuator drawing shall be identified with the respective valve number or name. For networked valve actuators, information on the available input and output assemblies shall be submitted for the protocol(s) specified to be provided. For electric or cylinder actuators, certified copies of reports covering proof -of -design testing of the actuators as set forth in Section 5 of ANSI/AWWA C540, together with an affidavit of compliance as indicated in Section 6.3 of ANSI/AWWA C540, shall be submitted to ENGINEER before the actuators are shipped. 1-4. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Shipping section. Handling and storage shall be in accordance with the Handling and Storage section. PART 2 - PRODUCTS 2-1. PERFORMANCE AND DESIGN REQUIREMENT 2-1.01. General. Actuators and appurtenances shall be designed for the conditions and requirements as indicated in the respective valve and gate sections. Liberal factors of safety shall be used throughout the design, especially in the design of parts subject to intermittent or alternating stresses. In general, working stresses shall not exceed one-third of the yield point or one -fifth of the ultimate strength of each material. 2-1.02. Valve Actuators. Each actuator shall be designed to open or close the valve under all operating conditions. Actuators shall be designed for the maximum pressure differential across the valve and maximum velocities through the valve as determined by the CONTRACTOR. (City of Lubbock, Texas ) 15180 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) Valve actuators shall be provided and adjusted by the valve manufacturer. Actuator mounting arrangements and positions shall facilitate operation and maintenance and shall be determined by the valve manufacturer unless indicated otherwise on the CONTRACTOR -provided MFS drawings. 2-1.03. Gate Actuators. Not used. 2-1.04. Limit Switches. Limit switches shall be provided as required by the MFS to provide valve status needed for proper system operation. For manual or cylinder type actuators, each limit switch shall be heavy duty type, with a cast NEMA Type 4 enclosure, a spring return roller lever, and four isolated contacts (two normally open and two normally closed) rated 10 amperes at 120 to 480 volts ac and 5 amperes at 125 volts dc. The switches shall be Allen Bradley "8027 or Square D "9007 Type C". Limit switches for programmable and standard electric actuators shall be as indicated in their respective paragraphs. 2-2. MATERIALS. Except as modified or supplemented herein, materials used in the manufacture of actuators shall conform to the requirements of ANSI/AWWA C504 and C540. 2-3. VALVE MANUAL ACTUATORS. 2-3.01. General. Manual actuators of the types listed in the valve specifications and required by the MFS shall be provided by the valve manufacturer. Unless otherwise indicated or specified, each geared manual actuator shall be equipped with an operating handwheel. The direction of rotation of the wheel, wrench nut, or lever to open the valve shall be to the left (counterclockwise). Each valve body or actuator shall have cast thereon the word "Open" and an arrow indicating the direction to open. The housing of traveling -nut type actuators shall be fitted with a removable cover which sha II permit inspection and maintenance of the operating mechanism without removing the actuator from the valve. Travel limiting devices shall be provided inside the actuator for the open and closed positions. Travel limiting stop nuts or collars installed on the reach rod of traveling -nut type operating -= mechanisms shall be field adjustable and shall be locked in position by means of a removable roll pin, cotter pin, or other positive locking device. The use of stop j . nuts or adjustable shaft collars which rely on clamping force or setscrews to prevent rotation of the nut or collar on the reach rod will not be acceptable. .. (City of Lubbock, Texas ) 15180 (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) Each actuator shall be designed so that shaft seal leakage cannot enter the actuator housing. Valves for throttling service shall be equipped with an infinitely variable locking device or a totally enclosed gear actuator. Actuators shall produce the required torque with a maximum pull of 80 Ibs on the lever, handwheel, or chain. Actuator components shall withstand, without damage, a pull of 200 Ibs on the handwheel or chainwheel or an input of 300 foot Ibs on the operating nut. 2-3.02. Handwheels. Handwheel diameters shall be at least 8 inches but not more than 24 inches for 30 inch and smaller valves and not more than 30 inches for 36 inch and larger valves. 2-3.03. Chainwheels. Unless otherwise specified or required by the MFS, all } valves with center lines more than 7'-6" above the floor shall be provided with chainwheels and operating chains. Each chainwheel operated valve shall be equipped with a chain guide which will permit rapid handling of the operating chain without "gagging" of the wheel and will also permit reasonable side pull on the chain. Suitable extensions shall be provided, if necessary, to prevent interference of the chain with adjacent piping or equipment. Operating chains shall be hot -dip galvanized or zinc plated carbon steel and shall be looped to extend to within 4 feet of the floor below the valve. 2-3.04. Levers. Levers shall be capable of being locked in at least five intermediate positions between fully open and fully closed. In any building or structure containing lever operated valves, at least two operating levers shall be provided for each size and type of lever operated valve. 2-3.05. Chain Levers. Suitable actuator extensions shall be provided, if necessary, to prevent interference of the chain with adjacent piping or equipment. Operating chains shall be hot -dip galvanized carbon steel and shall be looped to extend to within 4 feet of the floor below the valve. 2-3.06. Wrench Nuts. Not used. 2-3.07. Operating Stands. Not used. 2-3.08. Wall Brackets. Not used 2-4. GATE MANUAL ACTUATORS. Not used. 2-5. PROGRAMMABLE ELECTRIC ACTUATORS. Not used. (City of Lubbock, Texas ) 15180_ (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) ; (161704 ) i e 2-6. STANDARD ELECTRIC ACTUATORS. 2-6.01. General. Standard electric actuators shall be provided by the valve manufacturer as required by the MFS. Standard electric actuators for 12 inch and smaller butterfly valves and eccentric plug valves shall be quarter -turn type and shall be Auma "SGBV05" through "SGBV12", EIM "Series P, Q, or R", or Limitorque "LY", without exception. All other standard electric actuators shall be multiturn type and shall be Auma "SABV07.1" through "SABV48.1", EIM "Series 2000", or Limitorque "1120", without exception. Standard electric actuators produced by other manufacturers are not acceptable. Each standard electric actuator shall be furnished complete with a motor, gearing, handwheel, limit switches and torque sensors, lubricants, heating elements, wiring, and terminals. Each actuator shall be constructed as a self-contained unit with a cast iron or aluminum alloy housing, of a type as required by the MFS, and shall be integrally assembled on the applicable valve by the valve manufacturer. Actuators shall be designed to cycle the valve from the fully open to the fully closed position or the reverse in approximately 60 seconds or as required by the MFS. Actuator motors may be mounted horizontally adjacent to or vertically above the reduction gearing. All gearing shall be oil or grease lubricated. 2-6.02. Motors. Motors shall be totally enclosed, high torque design made expressly for valve actuator service, capable of operating the valve under full differential pressure for two complete strokes or one complete cycle of travel without overheating. Motors shall be designed in accordance with NEMA standards and shall operate successfully at any voltage within 10 percent above or below rated voltage. Motor bearings shall be permanently lubricated. ` 2-6.03. Power Gearing. Power gearing shall consist of hardened steel spur or helical gears and alloy bronze or hardened steel worm gear, all suitably lubricated, designed for 100 percent overload, and effectively sealed against entrance of foreign matter. Steel gears shall be hardened to at least 350 Brinell. f Planetary or cycloidal gearing or aluminum, mild steel, or nonmetallic gears will not be acceptable. Gearing shall be designed to be self-locking so that actuation of a torque switch by a torque overload condition will not allow the actuator to z. restart until the torque overload has been eliminated. If a secondary gear box is required, it shall be designed to withstand the locked rotor torque of the actuator. (City of Lubbock, Texas ) 15180 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) 2-6.04. Handwheel Mechanism. The handwheel shall not rotate during motor operation. During handwheel operation the motor shall not affect the actuator operation. The actuator shall be responsive to electrical power and control at all times and, when under electrical control, shall instantly disengage the handwheel. The handwheel shall rotate counterclockwise to open the valve. An arrow indicating the opening direction and the word "Open" shall be cast on the handwheel. The force required to operate the handwheel shall not exceed 80 Ibs [350 N]. The handwheel shall have a padlockable declutch lever. 2-6.05. Torque Sensing. Torque and thrust loads in both closing and opening directions shall be limited by a torque sensing device. Each torque sensing device shall be provided with an adjustment setting indicator. The adjustment shall permit a variation of approximately 40 percent in torque setting. Switches shall have a rating of not less than 6 amperes at 120 volts ac and 0.5 ampere at 115 volts dc. 2-6.06. Limit Switches. Each standard electric actuator shall be designed to be readily field adaptable for four limit switch assemblies. Each switch assembly shall consist of at least three separate limit switches, shall be operated by the driving mechanism, and shall be independently adjustable to trip at any point at and between the fully open and fully closed valve positions. All switches shall have an inductive contact rating of not less than 6 amperes at 120 volts ac` 3 amperes at 240 volts ac, 1.5 amperes at 480 volts ac, and 0.5 ampere at 115 volts dc. Each quarter -turn actuator shall be provided with end -of-travel limit switches in addition to four spdt switches, each independently adjustable at any point of valve travel. 2-6.07. Position Transmitter. When required by the MFS, actuators shall be provided with an electronic type position transmitter. The transmitter output shall be an isolated 4-20 mA do capable of driving an external load of 0 to 500 ohms. Accuracy of the transmitted signal shall be ±2 percent of span. Repeatability and hysteresis shall be within 1 percent. The transmitter shall transmit to a remote position indicator which is specified in Section 13030. 2-6.08. Heating Elements. Space heating elements shall be provided to prevent condensation in the motor and limit switch housing. Heating elements shall be rated 120 volts ac. Heaters shall be continuously energized. 2-6.09. Terminal Facilities. Terminal facilities for connection to motor leads, switches, position transmitter, and heating elements shall be provided in readily accessible terminal compartments. Each terminal compartment shall have at least two openings for external electrical conduits, one sized at least 3/4 inch and (City of Lubbock, Texas ) 15180 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) the other at least 1-1/4 inches. Each terminal compartment shall be large enough to allow easy routing and termination of fifteen 12 AWG conductors. 2-6.10. Controller. Each valve or gate shall be furnished with a reversing controller located inside the actuator enclosure and shall have controller devices as required by the MFS. The controller shall be equipped with: a. A motor overload protective device in each phase or solid state motor protection. b. A space heater element, rated 120 volts ac, sized to be continuously energized for prevention of condensation within the controller enclosure. c. A fused control power circuit taken from one power lead on the load side of the breaker and line side of the reversing starter to ground. If power supply is greater than 120 volts ac, a control power transformer with fused secondary, with volt-ampere capacity suitable for starter control plus continuous service to space heater elements in motor housing, limit switch compartment, and controller enclosure. d. A terminal block with connectors for all external controls. All leads from the actuator motor and limit switch assembly shall be routed to terminal connections in the controller for external connections to all other control devices. e. Auxiliary control contacts as indicated in the electrical schematics. ` Reversing controllers shall be both mechanically and electrically interlocked and shall be provided with the necessary direct -operated auxiliary contacts for required interlocking and control. Valve controllers shall be expressly selected for long life and reliable, low maintenance service under rugged service conditions. 2-6.11. Control Module. When required by the MFS, valves for modulating service shall be provided with a control module for position modulating type service. The control module shall be mounted within the valve actuator limit switch housing. The module shall accept a standard 4-20 mA do analog input signal with a load impedance of not greater than 400 ohms. The control module shall contain adjustments for span, zero, gain, and deadband. The actuator shall have a slide -wire type position feedback potentiometer which provides a position feedback signal to the control module. .._r (City of Lubbock, Texas ) 15180 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) 2-6.11.01. Control Performance. For any operating torque within the specified range of the valve actuator, the valve and actuator shall perform within these specified limits: Linearity Linearity of actual valve position as compared to demand signal shall be within ±4 percent of span over the entire operating range. Repeatability For any repeated demand signal to the valve actuator, the actual valve position shall be repeated. Deadband Deadband of the valve actuator shall be adjustable from 1 to 10 percent of span. Hysteresis For any repeated demand signal to the valve actuator, from either an increasing or a decreasing direction, the actual valve position shall be repeated within 1 degree of valve shaft rotation. 2-7. HYDRAULIC CYLINDER ACTUATORS. Not used. 2-8. AIR CYLINDER ACTUATORS. 2-8.01. General. Air cylinder actuators as required by the MFS shall be provided by the valve manufacturer. 2-8.02. Air Cylinder Actuators. Air cylinder actuators shall be the double acting type. Cylinders shall be sized to provide the safety factors stipulated in Table 6 in Section 3.8 of ANSI/AWWA C504, except as specified herein, and shall be designed to provide satisfactory operation using d ry, oil -free instrument air at 80 psig pressure and shall be shop tested at 240 psig. Actuators with nonmetallic cylinders, as manufactured by Hanna Cylinders, DeZurik, Pratt, or Rotork Controls will be acceptable. The valve actuator mechanism coupled to the cylinder shall be totally enclosed. The cylinder shall be rigidly secured to the mechanism housing and shall not pivot, rotate, or swing during operation. The cylinder piston rod shall be enclosed in the mechanism housing and shall not be exposed to view. 2-8.03. Control Devices. When required, a 4-way solenoid valve shall be provided to control the operation of each air cylinder operated valve. Each solenoid valve shall be heavy-duty, single solenoid, two -position type rated for a differential operating air pressure as required. Each valve shall be designed and constructed for exceptionally long life, with forged brass body; poppet type seats and discs; continuous duty, molded, Class F coil; NEMA Type 4 solenoid (City of Lubbock, Texas ) 15180 (Lake Alan Henry WTP ) -8- (Membrane Procurement Package) (161704 ) enclosure; and 1/2 inch threaded conduit connection. Solenoid valves shall be rated for use with a power supply as indicated in the respective valve schedule and the air pressure specified herein, and shall be ASCO series 8344 4-way pilot operated solenoid valves with manual override features. Each air connection on each cylinder shall be equipped with an adjustable flow control valve. The flow control valves and connecting piping shall be arranged to permit control of the flow rate of exhaust air from the cylinder and to permit independent adjustment and control of valve opening and closing speeds. Control valves shall be sized so that the time required for the air cylinder piston to complete its stroke is adjustable between 20 and 60 seconds, with an air supply pressure of 80 psig. Flow control valves shall be manufactured from brass or stainless steel and shall be Parker Hannifin "Colorflow F Series" or Mead "Dyla-Trol". 2-8.04. Single Acting -Spring Return Air Cylinder Actuators. When required by the MFS, air cylinder actuators of the single acting -spring return type shall be provided by the valve manufacturer. Cylinders shall provide satisfactory operation with dry, oil -free instrument air at 80 psig pressure and shall be shop tested at 240 psig. Actuators with non-metallic cylinders, as manufactured by Hanna Cylinders, DeZurik, Pratt, or Rotork Controls will be acceptable. The valve actuator mechanism coupled to the cylinder shall be totally enclosed. The cylinder shall be rigidly secured to the mechanism housing and shall not pivot, rotate, or swing during operation. The cylinder piston rod shall be enclosed in the mechanism housing and shall not be exposed to view. The actuator shall be configured such that on power failure, the spring shall drive the valve open or closed as needed. Each actuator shall be furnished with a 3-way solenoid valve. A flow control valve shall be furnished and installed in the solenoid valve vent. 2-9. AIR -OIL CYLINDER ACTUATORS. Not used. 2-10. PORTABLE ELECTRIC ACTUATORS. Not used. 2-11. ELECTRO-HYDRAULIC ACTUATORS. All membrane filtration system modulating valves shall be provided with electro-hydraulic modulating valve actuators. Electro-hydraulic actuators shall be self-contained units, with integral motor driven oil pump, oil reservoir, and cylinder actuator all housed in a NEMA 4X metal enclosure. The oil pump shall be driven by a digitally controlled stepper motor which only runs when a valve position change is required. The operating temperature range of the actuator and control module shall be +40°F to +1600F. The actuator shall be designed for 100 percent continuous modulating duty cycle, and shall be suitable for mounting in any orientation. __. (City of Lubbock, Texas ) 15180 (Lake Alan Henry WTP ) -9- (Membrane Procurement Package) (161704 ) f` i' The full speed stroke time shall be not less than 40 seconds to not more than ` 120 seconds. The minimum torque output shall be as listed on the valve schedule. The electro-hydraulic operator shall be as manufactured by Rexa Corporation, R series (rotary), without exception. 2-11.01. Position Control Module. The electro-hydraulic actuator shall have an electronic position control module mounted near the actuator in a NEMA 4X fiberglass enclosure. Power supply to the unit shall be 120 volt ac, single phase, 60 Hz. Surge/transient protection shall be provided at the power input to the unit. Connecting cable between the actuator and the position module shall be provided with the unit. The module shall accept a 4-20 mAdc control signal. Positioning accuracy shall be within ±0.5 percent of position, with a repeatability of better than 0.25 percent and hysteresis of not more than 0.5 percent. Deadband shall be field adjustable between 0-.5 and 5.0 percent. The control module shall contain pushbuttons/switches for local electrical operation and shall have a local -remote selector switch, all accessible without opening the enclosure door. A means of viewing the valve position, either electronically at the control module or physically via a pointer on the actuator, shall be provided. 2-11.02. Manual Override Operation Each actuator shall have a declutchable handwheel which allows local manual operation of the actuator. 2-11.03. Position Transmitter. The control module shall have a 4-20 mAdc output signal which is linearly proportional to the actual valve position within plus or minus 2 percent. 2-11.04. Failure Mode. Upon loss of all power the unit shall fail in its last position. 2-11.05. Open/Closed Limit Switches. The actuator unit shall have two electronic limit switch relay outputs. Each relay output shall have SPDT contacts rated not less than 5 amperes at 120 volts ac. Each relay output shall be individually adjustable over the full stroke range of the actuator. 2-12. ACTUATOR ACCESSORIES. 2-12.01. Extension Stems. Extension stems and stem guides shall be furnished when required for proper valve operation. Extension stems shall be of solid steel and shall be not smaller in diameter than the stem of the actuator shaft. Extension stems shall be connected to the actuator with a single Lovejoy (City of Lubbock, Texas ) 15180 (Lake Alan Henry WTP ) -10- (Membrane Procurement Package) (161704 ) "Type D" universal joint with grease -filled protective boot. All stem connections shall be pinned. At least two stem guides shall be furnished with each extension stem. Stem guides shall be of cast iron, bronze bushed, and adjustable in two directions. Stem guide spacing shall not exceed 100 times the stem diameter or 10 feet, whichever is smaller. The top stem guide shall be designed to carry the weight of the extension stem. The extension stem shall be provided with a collar pinned to the stem and bearing against the stem thrust guide. 2-12.02. Position Indicators. Unless otherwise specified, each valve actuator shall be provided with a position indicator to display the position of the plug or disc relative to the body seat opening. For quarter turn plug or ball type valves installed in interior locations, the indicating pointer shall be mounted on the outer end of the valve operating shaft extension and shall operate over an indicating scale on the operating mechanism cover. Where the shaft passes through the cover, a suitable stuffing box or other seal shall be provided to prevent the entrance of water. Each actuator for butterfly valves, except where submerged, shall have a valve disc position indicator mounted on the end of the valve shaft. A disc position indicator shall also be provided on each operating stand or the actuator mounted thereon. 2-12.02.01. Position Indicators for Buried Actuators. Not used. 2-12.03. Floor Boxes. Not used. 2-12.04. Torque Tubes. Not used. 2-12.05. Valve Boxes. Not used. 2-13. SHOP PAINTING. All ferrous metal surfaces, except bearing and finished surfaces and stainless steel components of valve actuators and accessories, shall be shop painted for corrosion protection. The valve manufacturer's standard coating will be acceptable, provided it is functionally equivalent to the specified coating and is compatible with the specified field painting. The following surfaces shall be painted: Polished or Machined Surfaces Other Surfaces Actuators and Accessories ._ (City of Lubbock, Texas ) 15180 (Lake Alan Henry WTP ) -11- (Membrane Procurement Package) (161704 ) Rust -preventive compound. Epoxy enamel. Universal primer. PART 3 - EXECUTION 3-1. INSTALLATION. Actuators for valves that are integral to equipment skids shall be provided and installed on the valves by the CONTRACTOR in accordance with the manufacturer's instructions. Actuators for valves outside equipment skids shall be provided by the CONTRACTOR and installed by the CONSTRUCTION CONTRACTOR per the instructions of the manufacturer and CONTRACTOR. End of Section (City of Lubbock, Texas ) 15180 (Lake Alan Henry WTP ) -12- (Membrane Procurement Package) (161704 ) i Section 15495 AUTOMATIC STRAINERS PART 1 - GENERAL 1-1. SCOPE. This section covers automatic backwash type, in -line, self-cleaning strainers and controls to be provided as part of the MFS specified in Section 13030. Strainer designation. Number of strainers. To be assigned by CONTRACTOR CONTRACTOR to select the number of strainers so that at least one (1) backup or standby strainer and motor is provided. The number of strainers shall be such that they have sufficient turndown to treat the minimum specified flow without affecting their performance. Strainer tag numbers. To be assigned Strainer location. Inside the membrane building at the location of the feed/filtrate pump determined by the CONTRACTOR and coordinated with the ENGINEER. 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. 1-2.01. General Equipment Stipulations. The requirements specified in Section 01610, "General Equipment Stipulations," shall apply to the equipment furnished under this Section. 1-2.02. Power Supply. Power supply to the equipment will be 480V, 3 phase, 60 Hz. The system control panels shall include control power transformers to provide lower voltages for controls and backwash valve operation as needed. 1-2.03. Mechanical Identification. (City of Lubbock, Texas ) 15495 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) 1-2.03.01. Number Plates. Equipment specified herein shall be provided with an identifying number plate. The identifying text shall be identical to the symbols indicated herein or on the CONTRACTOR -provided MFS drawings and schedules. The number plates shall be located on the equipment and on the associated control panel. Number plate symbols and numbers shall be capitalized block letters with a minimum height of 3/4 inch. Number plate height shall be twice the letter height. Number plates shall be metal or plastic. Plastic number plates shall be laminated phenolic not less than 1/8 inch thick and shall be black with a white core. Metal number plates shall be stainless steel at least 12 gage thickness with engraved or imprinted symbols. Number plates shall be installed with corrosion -resistant mechanical fasteners. 1-2.03.02. Equipment Plates. Equipment specified herein shall be identified with engraved or stamped equipment plates securely affixed to the equipment in an accessible and visible location. Equipment plates shall be in addition to the number plates specified in the preceding paragraph. Equipment plates shall indicate the manufacturer's name, address, product name, catalog number, serial number, capacity, operating and power characteristics, labels of tested compliances, and any other pertinent design data. Equipment plates listing the distributing agent only will not be acceptable. 1-3. SUBMITTALS. 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: Stage I Submittals Shop Drawings and Engineering Data. Submit complete fabrication and assembly drawings, together with detailed specifications and data covering materials, drive unit, parts, devices, and accessories forming a part of the equipment furnished. Device tag numbers indicated on the drawings shall be referenced on the wiring and schematic diagrams where applicable. The data and specifications for each unit shall include, but shall not be limited to, the following: Equipment Name of manufacturer. Type and model. Construction materials, thicknesses, and finishes. Manufacturer's performance data, including flowrate and pressure losses. Overall dimensions and required clearances. Net weight and load distribution. Wiring diagrams. (City of Lubbock, Texas ) 15495 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) Equipment Motors As required in section 16220. 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. PART 2 - PRODUCTS 2-1. SERVICE CONDITIONS. The strainers shall be designed for the membrane feed water described in Section 13030. The CONTRACTOR shall be responsible for selecting the strainer screen mesh opening design as required to maintain membrane module warranty. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. Performance and design requirements shall be determined by the CONTRACTOR to satisfy the MFS design a nd performance requirements. 2-3. ACCEPTABLE MANUFACTURERS. The automatic strainers shall be Amiad, Fluid Engineering, S.P. Kinney, or approved equal. 2-4. CONSTRUCTION. The automatic strainers will be installed indoors for both pressure membranes or submerged membranes and upstream of the membrane skids. Each strainer shall be provided complete with electrically operated backwash control valve, local control panel, and sensing system for continuous or intermittent backwashing. The strainer shall be motor driven, automatic self -flushing type. The strainer body shall have a bolted cover assembly; bolted inspection opening(s); plugged drain connection; and air vent connection with manual air vent valve. Influent and effluent connections shall have ANSI Class 125 flat faced flanges and shall be equipped with pressure gauges. The backwash drain valve shall be electrically operated full port ball type valve. Design of the strainer body shall be such that all strainer elements may be removed from the unit without disassembly of inlet or outlet piping. Strainer body shall be constructed of cast iron. Strainer media and media retainer shall be AISI (City of Lubbock, Texas ) 15495 (Lake Alan Henry V TP ) -3- (Membrane Procurement Package) (161704 ) b. Designed and applied in accordance with NEMA, ANSI, IEEE, AFBMA, and NEC for the duty service imposed by the driven equipment, such as frequent starting, intermittent overload, high inertia, mounting configuration, or service environment. C. Rated for continuous duty at 400C ambient, unless the application is well recognized for intermittent duty service as a standard industry practice. d. To ensure long life, motors shall have nameplate horsepower [kW] equal or greater than the maximum load imposed by the driven equipment and shall carry a minimum 1.0 service factor. e. Designed to operate from an electrical system that may have a maximum of 5 percent voltage distortion according to IEEE 519. 2-5. ANCHOR BOLTS. Refer to Sections 01610 and 05550. 2-6. SHOP PAINTING. All interior and exterior ferrous metal surfaces, except finished surfaces, bearing surfaces, and stainless steel components, shall be shop painted for corrosion protection. The strainer manufacturer's standard coating will be acceptable. Interior coatings shall be ANSI/NSF 61 certified. Field painting will be performed by the CONSTRUCTION CONTRACTOR. PART 3 - EXECUTION 3-1. INSTALLATION. The equipment will be installed by the CONSTRUCTION CONTRACTOR in accordance with the manufacturer's and CONTRACTOR's installation instructions. 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 installations as 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 manufacturer have been completed. 3-2.03. Startup and Testing. Startup and testing requirements will be as specified in Section 01650. Startup tests will be performed by the CONTRACTOR to determine that all features and equipment systems and subsystems have been properly designed, manufactured, installed and adjusted, (City of Lubbock, Texas ) 15495 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) i 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. TRAINING. Provide training as specified in Section 01660. End of Section (City of Lubbock, Texas ) 15495 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) I Section 16050 ELECTRICAL Data Sheet Para- Description Data Units graph General 1-1 Install equipment and wiring devices Yes furnished By OWNER �• No 1-2.01 General Equipment Requirements Yes No 1-3 Listed or labeled by approved [ Yes testing laboratory [1 No 1-4.02 Cable identification with wire Heat shrink type with custom typed C' markers numbers Self -laminating write -on type Power Service Entrance -1 Power Service Entrance required [ Yes E No Power entrance and metering r Meter board, socket and test cabinet devices r Meter transformer cabinet r Disconnect, ground, counduit and fittings r Other When "Other" is selected, indicate alternative Underground materials required z - Trenching and backfill r Ducts f Service cables r Concrete (" Other When "Other" is selected, indicate alternative Telephone Service Entrance -2Telephone Service Entrance Yes required No (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -1- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 Telephone entrance ` Conduit, weathered and termination box Underground conduit with plywood termination board r 4 ft by 4 ft [1.2 m by 1.2 m] 4 ft by 8 ft [1.2 m by 2.4 m] ]� Other When "Other" is selected, indicate alternative Cable Products -3.01 Lighting Cable required U Yes "No Lighting Cable Types Figure 1-16050 for 10 and 12 AWG, THHN-THWN Figure 2-16050 for 8 AWG and larger, XHHW Figure 3-16050 for 8 AWG and larger, THHN-THWN Figure 13-16050 for 8 AWG and larger, RHH-RHW-USE -3.02 600 volt Power Cable required Yes No Power Cable types Fiqure 2-16050 for XHHW Fiqure 3-16050 for THHN-THHW Fiqure 13-16050 for RHH-RHW-USE -3.03 Instrument Cable required [ Yes No Instrument Cable types Figure 4-16050 for single pair ry Figure 5-16050 for single triad Figure 6-16050 for multiple pair and/or triad -3.04 Multiconductor Control Cable required Yes No Control Cable types ' Figure 7-16050 for 14 AWG THHN- THWN f— Figure 8-16050 for 12 AWG THHN- THWN -3.05 Medium Voltage Power Cable required U Yes No (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -2- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 Medium Voltage Power Cable types J- Fioure 9-16050 for 8 kV EPR r Figure 10-16050 for 15 kV EPR -3.06 Tray Cable required L] Yes ENo Tray Cable types r Figure 11-16050 for 3 cond XLP r Figure 12-16050 for 1 cond XHHW -3.07 Metal Clad Lighting Cable required C, Yes (Figure 14-16050) LEI No Raceways 4 Raceways required r Rigid steel conduit Intermediate metal conduit Liquidtight flexible metal conduit Utility (PVC) duct Rigid nonmetallic (PVC) conduit f� PVC coated rigid steel conduit Electrical metallic tubing (EMT) h_ Rigid aluminum conduit (RAC) i" Other When "Other" is selected, indicate alternative Lighting Panels -8 Lighting Panels required Yes Ei No Minimum breaker interrupting 10.000 amp capacity at rated voltage L 22.000 Other When 'other" is selected, indicate amp alternative Power Panels -9 Power Panels required [ Yes No With neutral; Yes No Minimum breaker interrupting 10,000 amp capacity at 240 volts [; 22,000 65,000 (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -3- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9122105 Minimum breaker interrupting 14,000 amp capacity at 277 volts 25,000 r 65,000 Minimum breaker interrupting 14,000 amp capacity at 480 volts [; 25,000 65,000 Buses Insulated neutral { Ground bus Removable bond to neutral bus Transient Voltage Surge Suppression -10 Transient Voltage Surge Yes Suppression required No Motor Starters -11 Motor Starters required Yes No Minimum NEMA size (3 phase) Size 0 El Size 1 Minimum starter interrupting L"i 14,000 amp capacity at 480 volts (3 phase) 25,000 65,000 Minimum starter interrupting E 10,000 arnp capacity at 240 volts (1 phase) 22,000 Manual Starters -12 Manual Starters required Yes i E7 No Control Stations - -13 Control Stations required [;Yes No If "Yes" is selected, Emergency U; Yes Break Glass switches required No Circuit Breakers 1 -14 Circuit Breakers required Yes ' C_J No Minimum breaker interrupting 14,000 amp capacity at 480 volts 25,000 65,000 (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -4- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 Disconnect Switches -15 Disconnect Switches required Yes No Transformers -16 Transformers required Yes No Power Centers -17 Power Centers required Yes No Power Factor Capacitors -18 Power Factor Capacitors required Yes No Photoelectric Controls -20 Photoelectric Controls required; Yes C No Relay Enclosures -21 Relay Enclosures required Yes e i No Alarm Horn and Beacon -22 Alarm Horn and Beacon required ' Yes No Heat -Traced Piping -23 Heat traced piping required [ j Yes �' No Door Entry Switches -24 Door Entry Switches required Yes 'i No Coordination Report -1 Coordination Report required Yes No Power and Telephone Service Entrances Installation 3-2 Name of Electric Utility Electric Utility contact person and telephone number Name of Telephone Utility Telephone Utility contact person and telephone number Cable Installation -4 Underground cable pulling procedure required j Yes No _i (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -5- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 When "Yes" is selected, indicate Circuit Numbers. Cable insulation testing required Yes F No Conduit Installation -5 At specified locations C• Rigid steel Intermediate metal Heliax Coaxial Cable required Yes '.J No Underground Conduit required Yes No If "yes" is selected, indicate type of PVC Utility duct concrete encased underground conduit Schedule 40 PVC Reuse of existing conduits allowed Yes No Modifications to Existing Equipment 11 Modifications to Existing Equipment Yes required No (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -6- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 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. This section covers the installation of electrical equipment furnished under other sections, except electrical items designated to be installed under those sections. 1-1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the Data Sheet". 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 specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1-2.01. General Equipment Requirements. When required, the General Equipment Requirements shall apply to all equipment provided under this section. 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. Unless otherwise specified all anchor bolts, nuts, and washers shall be hot -dip galvanized. Anchor bolts shall be at least 3/4 inch except a smaller size will be permitted to match NEMA standard size boltholes on motors and electrical equipment. When expansion anchors are planned to be used, only an acceptable expansion anchor shall be used. Alternative anchoring systems may be used only when acceptable to ENGINEER. Expansion anchors shall be installed in conformity with the manufacturer's recommendations for maximum holding power, but in no case shall the depth of the hole be less than six bolt diameters. The minimum distance between the center of any expansion anchor and an edge or exterior corner of concrete shall be at least six times the diameter of the bolt. Unless otherwise indicated on the drawings, the minimum distance between the centers of expansion anchors shall be at least 12 times the diameter of the bolt. (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -7- j (for Phase V Water Treatment Plant ) I (Project MP-06007 ) [ 9/22/05 Nuts and washers for expansion anchors shall be as specified for anchor bolts. Expansion anchors shall be Hilti "Kwik-Bolt II", ITW Ramset/Red Head "Thrubolt Wedge Anchor", or Rawlplug "Rawl -Stud Anchor". 1-3. CODES AND PERMITS. All Goods and Special Services 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. IES Illuminating Engineering Society. NEMA National Electrical Manufacturers Association. NFPA National Fire Protection Association. UL Underwriters' Laboratories. When required, 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 MSS. If no third -party testing laboratory provides the required listing, an independent test shall be performed at MSS's expense. Before the test is conducted, MSS 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 thick stainless steel, with 1/2 inch stamped letters and numbers. Identification tags shall be attached to conduits with nylon tie wraps and shall be positioned to be readily visible. 1-4.02. Cable. Except for receptacle circuits, each individual wire in power, control, indication, and instrumentation circuits shall be provided with (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -8- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 I 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. Power wires shall be color coded with electrical tape or colored wire jacket; white-N, black, and red for 120/240 volt, 3-wire; and gray-N, brown, orange and yellow for 480/277 volt, 4-wire circuits. 1-4.03. Motor Starters. Motor starters shall be provided with nameplates identifying the related equipment. Pilot controls and indicating lights shall have engraved or etched legends ("start", "stop", etc.) as required. Nameplates shall be laminated black -over -white plastic, with 1/8 inch engraved letters, and shall be securely fastened to the motor starters. 1-4.04. Control Stations. Control stations shall be provided with nameplates identifying the related equipment. Pilot controls and indicating lights shall have engraved or etched legends ("start", "stop", etc.) as required. Nameplates shall be laminated black -over -white plastic, with 1/8 inch engraved letters, and shall be securely fastened to the control stations. 1-4.05. Circuit Breakers. Circuit breakers shall be provided with nameplates identifying related equipment. Nameplates shall be laminated black -aver -white plastic, with 1/8 inch engraved letters, and shall be securely fastened to the circuit breakers. 1-4.06. Disconnect Switches. All switches shall have front cover -mounted permanent nameplates that include switch type, manufacturer's name and catalog number, and horsepower rating. An additional nameplate, engraved or etched, laminated black -over -white plastic, with 1/8 inch 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 Goods and Special Services performed by the MSS, shall be submitted in accordance with the Submittals (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -9- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 1 section. The drawings and data shall include, but shall not be limited to, the l 1. following: Drawings and data. Operating manuals. I 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. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. b. Sheets or drawings covering more than the item being considered shall have all inapplicable information crossed. C. A suitable notation shall identify equipment and materials descriptive literature not readily cross-referenced with the drawings or specifications. d. 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. PART 2 - PRODUCTS 2-1. POWER SERVICE ENTRANCE. Not used. 2-2. TELEPHONE SERVICE ENTRANCE. Not used. 2-3. CABLE. All cables of each type 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. When required, cable in power, control, indication, and alarm circuits operating at 600 volts or less, except where instrument cables are permitted, shall be 600 volt (Figure 2-16050 XHHW-2) power cable as required. (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -10- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 2-3.03. Instrument Cable. When required, 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 from electrostatic noise by a total coverage shield. Types of instrument cables shall be (Figure 4-16050 single pair), or (Figure 5-16050 single triad) as required. 2.3.04. Multiconductor Control Cable. Not used. 2-3.05. Medium Voltage Power Cable. Not used. 2-3.06. Tray Cable. Not used. 2-3.07. Metal Clad Lighting Cable. Not used. 2-4. CONDUIT. When required, conduit and raceways shall be as described in the following paragraphs: 2-4.01. Rigid Steel Conduit. Not used. 2-4.02. Intermediate Metal Conduit (IMC). Not used. 2-4.03. Liquidtight 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. Riaid Nonmetallic (PVC) Conduit. Not used. 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. A chemically cured two-part urethane coating, at a nominal 2 mil 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, whichever is less, beyond the opening. The inside (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -11- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 r, diameter of the sleeve shall be the same as the outside diameter of the conduit i before coating. The wall thickness of the sleeve shall be at least 40 mils. 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. 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, or aluminum when required, boxes and fittings shall be manufactured by Crouse -Hinds, Appleton, or O Z Gedney. b. Sheet steel device boxes shall be manufactured by Appleton, Raco, or Steel City. C. Hub arrangements on threaded fittings shall be the most appropriate for the conduit arrangement to avoid unnecessary bends and fittings. 2-5.02. Device Plates. a. Galvanized or cadmium -plated device plates shall be used on surface mounted outlet boxes where weatherproof plates are not required. b. Device plates on flush mounted outlet boxes where weatherproof plates are not required shall be AISI Type 302 stainless steel, Eagle "93nnn series", Hubbell "S series", or Leviton "840nn-40 series"; nylon or polycarbonate, Eagle "513nV series", Hubbell "Pn series", or Leviton "807nn-I series". C. Device plate mounting hardware shall be countersunk and finished to match the plate. (Water District No. 1 ) 16050_ (Membrane Filtration System Procurement) -12- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 d. Device plates for ground fault interrupter receptacles outdoors or indicated to be weatherproof shall be Appleton "FSK-WGFI", Eagle "966", or O Z Gedney "FS-1-GFCA". 2-5.03. Receptacles. a. Standard convenience outlets shall be duplex, three -wire, grounding, 20 amperes, 125 volts, Eagle "5362V", Hubbell "53621" or Leviton "5362-1" for 120 volt circuits, and 250 volts, Eagle "5462V", Hubbell "54621" or Leviton "5462-1" for 240 volt circuits. b. Ground fault circuit interrupter receptacles shall be duplex, 20 amperes, 125 volts, Eagle "GF8300V", Hubbell "GF53621" or Leviton "8899-1". 2-6. JUNCTION BOXES PULL BOXES AND WIRING GUTTERS. Indoor boxes (larger than switch, receptacle, or fixture type) and gutters shall be NEMA Type 4X stainless steel. Box and gutter sizes, metal thickness, and installation details shall comply with the National Electrical Code. Bolt -on junction box covers 3 feet square or larger, or heavier than 25 Ibs, shall have rigid handles. Covers larger than 3 by 4 feet shall be split. 2-7. LIGHTING FIXTURES. Not used. 2-8. LIGHTING PANELS. Not used. 2-9. POWER PANELS. Not used. 2-10. TRANSIENT VOLTAGE SURGE SUPPRESSION. Not used. 2-11. SEPARATELY ENCLOSED MOTOR STARTERS. Motor starters, unless otherwise specified, shall be full voltage, magnetic, nonreversing and NEMA rated. One thermal overload relay shall be provided in each phase lead. Each starter shall be provided with a manually reset push button for resetting the thermal overload relays. Each starter shall include auxiliary contacts as required, plus one spare NO and one spare NC contact. Sizes of control power transformers, overload devices, heaters, and starters shall be matched to the equipment furnished. Control power transformers shall have - both primary leads fused, one secondary lead fused, and one secondary lead grounded. Enclosures shall be NEMA Type 4X stainless steel. (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -13- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 All push buttons, selector switches, and lights to be provided on or in the starter enclosure or control enclosure shall be heavy-duty, oiltight, corrosion resistant type. Indicating lights shall be colored green for OFF or DE -ENERGIZED and red for ON or ENERGIZED. 2-11.01. Three Phase Starters. Three phase starters shall be circuit breaker combination type consisting of 3 phase, 60 Hz contactors with thermal overloads, a 120 volt ac coil, a dry type control power transformer where required, and a circuit breaker disconnect. Control power transformers shall be sized to handle all simultaneous loads. Starters shall be at least NEMA Size 1. Circuit breakers shall be 600 volt magnetic motor circuit protectors for motors smaller than 100 horsepower and 600 volt thermal -magnetic type for 100 horsepower and larger motors. Each breaker shall be manually operated with a quick -make, quick -break, trip -free toggle mechanism. Three phase starters shall be furnished with external manual breaker operating handles and provisions for up to three padlocks. The access door shall be interlocked with the motor circuit protector, so that the door cannot be opened, except by an interlock override, while the breaker is closed. The complete 3 phase starter shall have an interrupting rating of at least 65,000 amperes at 480 volts as required. 2-11.02. Single Phase Starters. Single phase starters shall consist of single phase, 60 Hz contactors with thermal overloads and an integral or separately enclosed short-circuit protection device. Starters shall be at least NEMA Size 0, or shall be sized as required. Integral short-circuit protection devices for single-phase starters shall be 120/240 volt, magnetic motor circuit protectors. Separately enclosed short-circuit protection devices for single phase starters shall be molded -case circuit breakers for motor loads 6 amperes and higher and fused switch disconnects for motor loads lower than 6 amperes. Circuit breaker disconnects shall be 120/240 volt, molded -case, thermal -magnetic circuit breakers. Fused switch disconnects shall have quick -make, quick -break mechanisms and 250 volt, dual -element, time -delay fuses. The short-circuit protection devices shall have external operating handles capable of being padlocked in the open position, and shall have an interrupting rating of at least 22,000 amperes at 240 volts as required. 2-12. SEPARATELY ENCLOSED MANUAL STARTERS. Not used. 2-13. CONTROL STATIONS. Control stations shall be provided as required by the equipment furnished. Pilot devices shall be heavy-duty, oiltight, and shall (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -14- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 perform the functions indicated. Indicating lights shall be colored green for OFF or DE -ENERGIZED and red for ON or ENERGIZED. Control stations shall have NEMA Type 4X stainless steel enclosures. 2-14. SEPARATELY ENCLOSED CIRCUIT BREAKERS. Circuit breakers shall be 3 pole, 480 volt, molded -case circuit breakers of not less than 65,000 amperes interrupting rating at 480 volts ac as required, complete with thermal and instantaneous trip elements. Each breaker shall be manually operated with a quick -make, quick -break, trip -free toggle mechanism. Bimetallic thermal elements shall withstand sustained overloads and short-circuit currents without injury and without affecting calibration. Circuit breakers shall have "On", "Off', and "Tripped" indication and padlockable exterior handles. Enclosures shall be NEMA Type 4X stainless steel. 2-15. 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 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 rated, and shall meet NEMA KS1-1990. Switches shall have defeatable door interlocks that prevent the door from being opened while the operating handle is in the "On" position. Enclosures shall be NEMA Type 4X stainless steel. 2-16. LIGHTING AND AUXILIARY POWER TRANSFORMERS. Not used. 2-17. POWER CENTERS. Not used. 2-18. POWER FACTOR CORRECTION CAPACITORS. Capacitors shall be rated 3 phase delta and for the voltage of the system to which they will be connected. The capacitors shall not contain PCBs. Enclosures shall be NEMA Type 1 with blown fuse indication. (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -15- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 The kVAR sizes shall be as recommended by the motor manufacturer to improve the power factor to 95 percent at full load. Capacitors shall be complete with discharge resistors and fuses. 2-19. LIGHTING CONTACTORS. Not used. Remote control lighting contactors shall be provided as indicated on the drawings. Contactors shall have positive locking features and shall be mechanically held in both positions. Main contacts shall be double -break, continuous -duty rated 20 amperes, 600 volts ac, for all types of loads. Terminals shall accept 18 through 10 AWG conductors. Contactors shall operate in any position and may be manually operated for testing and maintenance. Contactors shall be ASCO 917. 2-20. PHOTOELECTRIC CONTROLS. Not used. 2-21. RELAY ENCLOSURES. Not used. 2-22. ALARM HORN AND BEACON. Not used. 2-23. HEAT -TRACED PIPING. Not used. 2-24. DOOR ENTRY SWITCHES. Not used. PART 3 - EXECUTION 3-1. COORDINATION STUDY. Not used. 3-2. POWER AND SERVICE ENTRANCE INSTALLATION. Not used. 3-3. TELEPHONE SERVICE ENTRANCE INSTALLATION. Not used. 3-4. CABLE INSTALLATION. 3-4.01. General. Except as otherwise specified, 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. (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -16- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 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. 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, o r 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 long, or with any bends, shall be pulled in or out simultaneously. 3-4.02. Underground Cable Pulling Procedure. Not used. 3-4.03. Cable Insulation Test. Not used. 3-5. CONDUIT INSTALLATION. Except as otherwise specified, conduit installation and identification shall be done according to the following procedures. 3-5.01. Installation of Interior Conduit. This section covers the installation of conduit inside structures, above grade. In general, conduit inside structures shall be concealed. Conduit shall meet the following installation requirements: a. Conduit installed in all exposed indoor locations shall be rigid steel as required. Exposed conduit shall be rigidly supported by hot -dip galvanized hardware and framing materials, including nuts and bolts. b. Final connections 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 unless otherwise acceptable to ENGINEER. I (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -17- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 C. Terminations and connections of intermediate metal conduit shall be taper threaded. Conduits shall be reamed free of burrs and shall be terminated with conduit bushings. d. Exposed conduit shall be installed either parallel or perpendicular to structural members and surfaces. e. Two or more conduits in the same general routing shall be parallel, with symmetrical bends. f. Conduits shall be at least 6 inches from high temperature piping, ducts, and flues. g. Metallic conduit connections to sheet metal enclosures shall be securely fastened by locknuts inside and outside. h. All conduits that enter enclosures shall be terminated with acceptable fittings that will not affect the NEMA rating of the enclosure. Power conductors to and from adjustable frequency drives shall be installed in steel conduit. 3-5.02. Underground Conduit Installation Not used. 3-5.03. 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 1 inch and larger conduit connections to equipment. 3-5.04. Reuse of Existing Conduits. Not used. 3-6. WIRING DEVICES BOXES AND FITTINGS. Not used. 3-7. EQUIPMENT INSTALLATION. Except as otherwise specified, the following procedures shall be used in performing electrical work. 3-7.01. Setting of Equipment. All equipment shall be installed level and plumb. 3-8. GROUNDING. The electrical system and equipment shall be grounded in compliance with the NFPA National Electrical Code and the following requirements: (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -18- (for Phase V Water Treatment Plant ) (Project MP-06007 ) i 9/22/05- a. All ground conductors shall be at least 12 AWG drawn copper cable or bar, bare or greerrinsulated in accordance with the National Electrical Code. b. Ground connections to equipment and ground buses shall be made with copper or high conductivity copper alloy ground lugs or clamps. Connections to enclosures not provided with ground buses or ground terminals shall be made with clamp type lugs inserted under permanent assembly bolts or under new bolts drilled and inserted through enclosures, or by grounding locknuts or bushings. Ground cable connections to anchor bolts; against gaskets, paint, or varnish; or on bolts holding removable access covers will not be acceptable. C. Ground conductors on equipment shall be formed to the contour of the equipment and firmly supported. 3-9. LIGHTING FIXTURE INSTALLATION. Not used. 3-10. POWER FACTOR CORRECTION CAPACITOR INSTALLATION. Capacitors shall be furnished and installed for the motors indicated on the drawings. Capacitors shall not be connected to the load side of solid-state starters, reduced -voltage autotransformer starters with open transition, multispeed starters, or adjustable frequency drives. Galvanized angle iron mounting stands shall be furnished for mounting the capacitors at least 4 inches [100 mm] above the mounting surface. 3-11. MODIFICATIONS TO EXISTING EQUIPMENT. Not used. End of Section (Water District No. 1 ) 16050 (Membrane Filtration System Procurement) -19- (for Phase V Water Treatment Plant ) (Project MP-06007 ) 9/22/05 STANDARD SPECIFICATIONS REFERENCE: ICEA S-95-658 (NEMA WC 70). CONDUCTOR: Concentric -lay, uncoated copper; strand Class B. Wettdry 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 AWGorkcmil mm, in. Nrn 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 0.055 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-NONE-XHHW 2) BLACK 8 VEATCH 1 Cable I Figure 2-16�� STANDARD SPECIFICATIONS REFERENCE: UL 62, UL 1277. CONDUCTOR: 16 AWG (1.5 nyrf), 7-strand, concentric -lay, uncoated copper. Maximum operating temperature 90°C dry, 75"C wet. INSULATION: Polyvinyl chloride, not less than 15 mils (380 Mn) 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 rrm- 63.5 mm) lay. SHIELD: Cable assembly, combination aluminurn-polyester tape and 7-strand, 20 AWG (0.5 ninY) minimum size, tinned copper drain wire, shield applied to achieve 100 percent cover over insulated conductors. JACKET: Conductor: Nylon, 4 mils (100 lim) 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. PM 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. 600 Volt, Single Pair, Shielded Instrument Cable (600-SINGLE-PAIR-SH-INSTR) ���I��1 BLACK & VEATCH11 ���II�III�IIIIIIIIIIIIII�I Cable Data 11 ���III��IIIOIIIIII�� Figure 4-16050 STANDARD SPECIFICATIONS REFERENCE: UL 62, UL 1277. CONDUCTOR: 16 AWG (1.5 mrrf), 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 pair with 1-1/2 inch to 2-1/2 inch (38.10 mm- 63.5 mm) lay. SHIELD: Cable assembly, combination aluminurn polyester tape and 7-strand, 20AWG (0.5 n-nY) 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. Ium 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 Gass. 600 Volt, Single Triad, Shielded Instrument Cable (600-SINGLE-TRIAD-SH-INSTR) BLACK & VEATCH Cable Data Figure 5-16050 Section 16150 ADJUSTABLE FREQUENCY DRIVES Data Sheet Para- graph Description Data Units General Driven equipment specification number. Tag numbers. Quantity of AFD's required. 1-2.01. AFD furnished by manufacturer of riven equipment. Yes No 1-2.02. General Equipment Requirements. Yes No 1-3.01. Type of pulse -width modulation. Six -pulse t Eighteen -pulse 1-3.02. 14 ubmit certification of conformal coating on all circuit boards.; Yes No 1-4r. Submit harmonic calculations at point of common coupling. Yes (' No 1-4s. Submit detailed harmonic testing plan. [ Yes No Performance Requirements 2-2 Load characteristics. [ Constant torque Variable torque As required Altitude Below 3300 Above 3300 Ft. If "Above" is selected, indicate levation. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -1- (Membrane Procurement Package) (161704 ) Drive Characteristics Drive voltage. [120 volt, 1-phase, 60 Hz 240 volt, 1-phase, 60 Hz f� 208 volt, 3-phase, 60 Hz 240 volt, 3-phase, 60 Hz • 480 volt, 3-phase, 60 Hz Enhanced or non-standard features. Harmonic Analysis Existing facility loads to be included in harmonic calculation and testing. Short circuit current at utility interface. Total maximum running amperes of all equipment powered from the utility connection. - Operation from standby generator. [ Yes 2.04.02 No Three phase fault current at the bus 25,000 symmetrical amperes at 480 volt feeding the drive. -3.01 Maximum footprint dimensions Yes required. U No -3.01 When "Yes" is selected, indicate Wide, Deep, High In maximum dimensions. Construction Features Cable entry. [; Drive top s required Drive bottom Cable exit. [; Drive top As required Drive bottom Control and drive enclosure type. [ NEMA Type 1 NEMA Type 12 Other When "Other" is selected, indicate alternative. -3.04. Conformal coating on circuit boards. [ Yes No -3.05. Shop painting. r Gray color fv Manufacturers standard color Corrosion resistant coating required Guarantee of hydrogen sulfide resistant coating required. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -2- (Membrane Procurement Package) (161704 ) i-- Optional Equipment -4.01. Bypass switch. Yes No 4.04. IsolationNoltage matching transformers. Yes ( No 4.05. Furnish power factor correction; capacitors for constant speed motors. Yes No When "Yes" is selected, indicate constant speed motor tag numbers. When "Yes" is selected, indicate power factor correction capacitor enclosure type. Indoor [ j Outdoor 4.06. Output dV/dt filters. Yes U No Controls, Accessories, and [Testing Drive enclosure input thermal- magnetic molded -case circuit breaker interrupting rating. 14,000 22,000 [� 42,000 -5.01. Elapsed time meter. [ Yes U' No -5.01. PID set point control selection required. �' Yes U No As required. Maximum noise level. 85 i Other dB When "Other' is selected, indicate maximum noise level. -5.03. Motor protection relay (MPR). Uj Yes t' No 2-7.02. Secondary factory testing with AFD and driven equipment in place. U Yes �; No Field Services and Testing -3. Installation supervision required. Yes No Number of working days for installation supervisor. As required Number of roundtrips for installation supervisor. As required 3-4.02. Harmonic distortion test. [ Yes No (City of Lubbock, Texas ) 16150 ! (Lake Alan Henry WTP ) -3- (Membrane Procurement Package) (161704 ) Training 3-5. Training. ' Yes U No Number of OWNER personnel to be rained. Number of working days required for 1 raining. Number of round trips required for 1 raining. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -4- (Membrane Procurement Package) (161704 ) Section 16150 ADJUSTABLE FREQUENCY DRIVES PART 1 -GENERAL 1-1. SCOPE. This section covers pulse width modulated (PWM) type adjustable frequency drives (AFD) for the equipment and locations as required. AFDs shall meet the design conditions and features as required. AFDs shall be modular in design, consisting of two separate enclosures. One enclosure shall house specific auxiliary control components as specified herein and the other enclosure shall consist of the manufacturer's AFD. The two enclosures shall befield connected allowing for efficient removal, replacement, and reconnection of enclosures. The auxiliary control enclosure shall be provided by the AFD manufacturer. The intent of this specification is to have the AFD manufacturer provide a non - custom drive that can be readily replaced with an off -the -shelf replacement drive. Power supply for the drive will be a single -point power connection to the drive enclosure. Power supply for the control enclosure shall be sourced from the drive enclosure. 1-1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-2. GENERAL. Equipment provided under this section shall be fabricated and assembled in full conformity with the specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. Unless otherwise indicated, one adjustable frequency drive, consisting of one control enclosure complete with all required control components and one drive enclosure, shall be furnished for each motor. AFDs shall be manufactured/assembled in their entirety at the manufacturer's factory. Systems fabricated or assembled in whole or in part by parties other than the drive manufacturer will not be acceptable. 1-2.01. Coordination. When required, the design of the adjustable frequency drive shall be coordinated with the driven equipment. The manufacturer of the driven equipment shall be responsible for furnishing the adjustable frequency drive, for (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -5- (Membrane Procurement Package) (161704 ) matching the motor and the drive, and for coordinating the collection of data and the design effort to limit harmonics to the levels specified. 1-2.02. General Equipment Requirements. When required, the General Equipment Requirements shall apply to all equipment furnished under this section. 1-2.03. Dimensional Restrictions. Layout dimensions will vary between manufacturers. The supplier shall review the manufacturer's layout drawings and installation requirements, and make any modifications required for proper installation subject to acceptance by ENGINEER. 1-2.04. Workmanship and Materials. Equipment supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, 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. 1-2.05. Abbreviations. Reference to standards and organizations in the Specifications shall be by the following abbreviated letter designations: AISI American Iron and Steel Institute ANSI American National Standards Institute AWG American Wire Gauge IEEE Institute of Electrical and Electronics Engineers NEC National Electrical Code NEMA National Electrical Manufacturers Association UL Underwriters' Laboratories 1-2.06. Governing Standards. The adjustable frequency drive shall be designed, constructed, and tested in accordance with the applicable standards of NEMA, ANSI, UL, and IEEE, and shall be designed for installation in accordance with the NEC. The drives shall be UL or ETL listed. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -6- (Membrane Procurement Package) (161704 ) 1-2.07. Nameplates. All devices mounted on the face of the control enclosure shall be provided with suitable nameplates. Push buttons, selector switches, and pilot lights shall have the device manufacturer's standard legend plate. All other devices shall have an engraved, laminated plate, with at least 3/16 inch high, black lettering on a white background. 1-3. DESCRIPTION. The AFD shall produce an adjustable ac voltage/frequency output and shall be equipped with an output voltage regulator to maintain correct output V/Hz despite incoming voltage variations. 1-3.01. Six -Pulse Drives. Each drive, for motors rated below 100 horsepower, shall be of the pulse -width modulated type and shall consist of a full -wave diode or gated -open SCR bridge. The rectifier shall convert incoming fixed voltage and fixed frequency to a fixed do voltage. The pulse -width modulation technology shall be of the space vector type, implemented in a microprocessor that generates a sine - coded output voltage. The drive inverter output shall be generated by insulated gate bipolar transistors (IGBT) which shall be controlled by six identical base driver circuits. The drive shall -- not induce excessive power losses in the motor. The worst case RMS motor line current measured at rated speed, torque, and voltage shall not exceed 1.05 times the rated RMS motor current for pure sine wave operation. 1-3.02. Eighteen -Pulse Drives. Not Used. 1-4. SUBMITTALS. Complete assembly, foundation, and installation drawings, `Wy together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the drive shall be submitted in accordance with the Submittals section by the MSS during Stage II of the Project for all AFDs supplied by MSS. The drawings and data shall include, but shall not be limited to, the following: a. Name of manufacturer. b. Types and model numbers. C. Rated drive input kVA and output kVA. d. Percent efficiency at 100 percent speed and 60 percent speed. e. Maximum Btu heat release data and verification of the drive cooling requirements. Total weight and lifting instructions, height, mounting, and floor space required. g. Control enclosure front and side exterior view details showing (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -7- (Membrane Procurement Package) (161704 ) maximum overall dimensions and locations of control components, indicating lights, terminal strips, etc. Drive enclosure interior and front and side exterior view details showing maximum overall dimensions of all transformer, bypass contactor, ac line filter, ac line reactor, and drive compartments. h. Schematics, including all interlocks. I. Wiring diagrams, including all internal and external devices and terminal blocks. Wiring diagrams shall detail the interconnection between the control enclosure and the drive enclosure as well as external connections to field devices. j. Locations and sizes of electrical connections, ground terminations, and shielded wires. k. List of diagnostic indicators. 1. List of fault and failure conditions that the drive can recognize and indicate for simultaneous occurrence. M. List of standard features and options. n. List of manufacturer's recommended spare parts, for 3 year period. o. Input line protection model numbers and manufacturer's data sheets. p. Input and output filter model numbers and manufacturer's data sheets. q. Not Used. r. When required, harmonic calculations by the drive manufacturer at the points of common coupling. Detailed drawings and information showing how protection is applied to comply with harmonic limits. Verification that standard capacitors can be connected to the same 480 volt bus as the drives without heating or damage to the capacitors. S. When required, submit a detailed harmonic testing plan. The test plan should include instruments to be used, verification of testing locations for voltage and current harmonic metering, verification of maximum allowable voltage and current distortion, and drive load and speed test parameters. 1-5. OPERATION AND MAINTENANCE DATA AND MANUALS. Adequate operation and maintenance information shall be supplied by the MSS during Stage II of the Project for all AFDs supplied by MSS. Operation and maintenance manuals shall be submitted in accordance with the Submittals section. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -8- (Membrane Procurement Package) (161704 ) Operation and maintenance manuals shall include the following: a. Manufacturer's operation and maintenance manual for each size of adjustable frequency drive. b. Manufacturer's standard manuals for each size and type of bypass contactor, transformer, line reactor, and filter. C. Schematics, wiring diagrams, and panel drawings in conformance with construction record. d. Model numbers and up-to-date cost data for spare parts. e. Troubleshooting procedures, with a cross-reference between symptoms and corrective recommendations. f. Connection data to permit removal and installation of recommended smallest field -replaceable parts. g. Information on testing of power supplies and printed circuit boards and an explanation of the drive diagnostics. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 1-6. SPARE PARTS. The drive manufacturer shall provide a complete listing of their recommended spare parts for each type and size of drive supplied, to cover a period of 3 years. The spare parts list shall include at least one complete set of all -- plug-in components for each size and type of drive, and shall include fuses, indicating lights, semiconductors, circuit/firing boards, and other field replaceable component parts. PART2-PRODUCTS 2-1. ACCEPTABLE MANUFACTURERS. All drives shall be pulse -width modulated type, as manufactured by Cutler -Hammer or Rockwell Automation without exception. The products of other manufacturers will not be acceptable. All adjustable frequency drives shall be a product of the same manufacturer. 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -9- (Membrane Procurement Package) (161704 ) 2-2.01. Performance. The adjustable frequency drive controller shall be of sufficient capacity and shall produce a quality output waveform for stepless motor control from 10 to 100 percent of base speed. The adjustable frequency drive shall be suitable for either constant torque (CT) or variable torque (VT) loads as required. The driven equipment supplier and AFD supplier are responsible for matching the drive to the driven equipment's torque requirements. The adjustable frequency drive shall meet the following ratings and parameters: Input voltage and frequency Voltage and Phase as required (±10 percent), 60 Hz (±2 Hz); imbalance, 2 percent maximum. Continued operation with additional momentary 25 percent voltage dip of 0.5 second duration from nominal input voltage level. Minimum drive efficiency 95 percent at 100 percent speed, 90 percent at 60 percent speed. Ambient temperature -10 to 40°C. Relative Humidity 0 to 95 percent non -condensing. Displacement Power Factor 95 percent or higher throughout the entire operating speed range, measured at drive input terminals. Drive service factor 1.0. Over current capability 110 percent for 1 minute for variable torque; 150 percent for 1 minute for constant torque. Volts/Hz ratio Voltage varies as the square of frequency over the entire range of the unit for variable torque drives, linear over the entire range of the unit for constant torque drives; except under voltage boost condition. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -10- (Membrane Procurement Package) (161704 ) Acceleration/deceleration time Adjustable over a range that meets the requirements of the drive equipment. Output speed regulation 0.5 percent. Output frequency stability 0.5 percent of nominal. 2-2.02. Adjustments. The following drive adjustments, accessible from the control enclosure, shall be provided: Maximum speed. Minimum speed. Linear acceleration time. Linear deceleration time. Volts/Hz ratio; linear, squared, and automatic settings. Voltage boost. Process follower gain, offset, and bias. Torque limit. Critical frequency avoidance with adjustable bandwidth. 2-2.03. Fault Protection. Design of the power circuit shall include provisions for protection against fault conditions as follows. 2-2.03.01. Input Protection. Physical protection items shall be located within the drive enclosure while the ability to control and adjust protection parameters shall be administered through the control enclosure. High speed current limiting fuses rated 200,000 AIC, specifically designed for solid state applications. Solid state instantaneous overcurrent trip set at 180 percent. Adjustable over voltage and under voltage protection with automatic restart. Phase loss and reverse phase trip with manual restart. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -11- (Membrane Procurement Package) (161704 ) 2-2.03.02. Internal Protection. Physical protection items shall be located within.the drive enclosure while the ability to control and adjust protection parameters shall be administered through the control enclosure. AC line, phase -to -phase transient voltage surge suppression utilizing metal oxide varistors. Drive shall meet requirements of IEEE C62.41. Power device snubbers. Power devices rated 2.5 times line voltage. Instantaneous overcurrent. Static overspeed (overfrequency) protection. DC bus over voltage trip. DC bus discharge circuit with an indicator lamp, for protection of personnel. Individual transistor overtemperature and overcurrent protection. Control logic circuit malfunction indication. 2-2.03.03. Output Protection. Physical protection items shall be located within the drive enclosure while the ability to control and adjust protection parameters shall be administered through the control enclosure. Inverse -time motor overload protection adjustable from 10% to 100%. Overvoltage protection. Overfrequency protection. Short circuit protection (three phase, phase to phase, and ground fault protection). Protection against opening or shorting of motor leads. Static overspeed protection. Stall protection on overload with inverse time Overcurrent trip, adjustable current limit from 10% to 120%. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -12- (Membrane Procurement Package) (161704 ) 2-2.04. Harmonic Distortion Abatement. The electrical system shall be provided with the necessary equipment to protect the drive and the power system ahead of the drive from harmonic distortion, as described below. The drive shall operate satisfactorily when connected to a bus supplying other solid- state power conversion equipment which may be causing up to 10 percent total harmonic voltage distortion and commutation notches up to 36,500 volt - microseconds. 2-3. CONSTRUCTION. 2-3.01. Fabrication and Assembly. The adjustable frequency drive system shall be shop assembled in two separate enclosures using interchangeable plug-in printed circuit boards and power conversion components wherever possible. Shop assembly shall be performed by the drive manufacturer; systems fabricated or assembled in whole or in part by parties other than the drive manufacturer will not be acceptable. Changes to the drive manufacturer's product by a distributor or system integrator are not allowed. Input line reactors, fuses, circuit breakers, and filters, where required, shall be mounted within the drive enclosure, without exception. Isolation/voltage matching transformers, where required, may be enclosed separately from both the control enclosure and drive enclosure. 2-3.02. Wiring. Internal cabinet wiring shall be neatly installed in wireways or with wire ties where wireways are not practical. If wire ties are used, the wire bundles shall be held at the back panel with a screw -mounted mounting base. Bases with a self -sticking back are not acceptable. Power entry and exit for the drive shall be through the top or bottom of the drive as req u i red. Terminal blocks shall be nonbrittle, interlocking, track -mounted type, complete with a marking strip, covers, and pressure connectors. Screw terminals will not be acceptable. A terminal shall be provided for each conductor of external circuits, plus one ground for each shielded cable. In freestanding panels, 8 inches of clearance shall be provided between terminals and the panel base for conduit and wiring space. Not less than 25 percent spare terminals shall be provided. Terminals shall be labeled to agree with the identification on the submittal drawings. Each control loop or system shall be individually fused, clearly labeled, and located for ease of maintenance. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -13- (Membrane Procurement Package) (161704 ) All grounding wires shall be attached to the sheet metal enclosure with a ring tongue terminal. The surface of the sheet metal shall be prepared to ensure good conductivity and corrosion protection. Wires shall not be kinked or spliced and shall be color coded or marked on both ends. The markings or color coding shall agree with the submittal drawings. With the exception of electronic circuits, all interconnecting wiring and wiring to terminals for external connection shall be stranded copper, insulated for at least 600 volts, with a moisture -resistant and flame-retardant covering rated for at least 90°C. 2-3.03. Enclosures. The AFD shall consist of factory mounted and wired components within dead front enclosures, as required. Freestanding panels shall be suitable for mounting on a concrete pad and shall include provisions for anchoring to the supporting structure. Suitable lifting facilities shall be provided for handling and shipment. Relays, terminals, and special devices inside the control enclosure shall have permanent markings to match the identification on the manufacturer's wiring diagrams. 2-3.04. Printed Circuit Boards. All plug-in type boards shall be mechanically held at the circuit board connector. Compression fit only at the connector will not be acceptable. 2-3.05. Shop Painting. All iron and steel surfaces, except machined surfaces and stainless steel, shall be shop cleaned in accordance with the coating manufacturer's recommendations, and finished with the drive manufacturer's standard coating. Finish color shall be the manufacturer's standard color. Dry film thickness of the finish coat shall be at least 4 mils. Field painting, other than touch up, will not be required. A sufficient quantity of additional coating material and thinner shall be furnished for field touch up of damaged coatings. 2-4. OPTIONAL EQUIPMENT. 2-4.01. Bypass Switch. When required, a contactor type bypass switch shall be provided for operation of the ac motor on either the AFD or the ac line. The bypass shall consist of two mechanically and electrically interlocked, NEMA rated magnetic contactors with a common ambient compensated, bi-metallic motor overload relay for motor protection of both circuits. The contactors shall be rated for at least the horsepower [kilowatt] rating of the motor. The bypass contactors shall be part of the packaged unit and shall be mounted within the drive enclosure. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -14- (Membrane Procurement Package) i (161704 )-. Control enclosure door -mounted devices for the bypass shall include an "AFD-Line" switch and a push-pull "Stop/Reset' push button. The controls for the AFD, as indicated on the drawings, shall start and stop the motor, regardless of whether it is connected to the AFD or to the ac line. The "Stop/Reset' push button shall prevent motor operation when it is pulled out. Once the automatic bypass has been activated, no action of the "AFD-Line" switch can change the state of operation. The "Stop/Reset' push button must be depressed before the automatic mode can be restored. The bypass shall include a door -interlocked circuit breaker so that when the circuit breaker is opened, the output lines are disconnected from the motor. The contactor for the AFD shall serve as an output contactor and shall be electrically interlocked with the input circuit breaker of the AFD so that when the circuit breaker is opened, the drive is disconnected from the motor. 2-4.02. AC Line Reactors. Each six -pulse AFD, where isolation/voltage matching transformers are not used, shall be supplied with an input ac line reactor. AC line reactors shall be designed to address performance issues of NEMA MG1-20.55 and to provide proper transient protection of the AFD input power devices. AC Line reactors shall be factory mounted and wired within the drive enclosure. AC line reactors shall be K-rated per IEEE C57-110 and shall be TCI Model KLR, or equal. 2-4.03. Harmonic Filters. When harmonic filters are required to comply with the total harmonic distortion limits, the AFD manufacturer shall design and provide the required filters. The harmonic filters shall utilize an interlocking contactor that shall be automatically operated by the AFD run circuit. The AFD manufacturer shall be responsible for the complete filter unit, including the filter contactor. Harmonic filters shall be TCI Harmonic Guard Series, or equal. Filtering equipment shall be provided for each AFD such that the AFD can be connected to the same 480 volt bus which also has standard power factor correction capacitors connected. The filters shall be selected such that no damage to the capacitors occurs. Submit verification in accordance with the submittals requirement. 2-4.04. IsolationNoltage Matching Transformers. Not Used. 2-4.05. Power Factor Correction Capacitors. Not Used. 2-4.06. Output dV/dt Filters. When the installed motor leads will be greater than 150 feet in length, output filters shall be installed inside the drive enclosure on the inverter output. Output filters shall consist of a minimum 1.5 percent impedance (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -15- (Membrane Procurement Package) (161704 ) reactor, in conjunction with a resistor and capacitor network, to form a damped low- pass filter. Use of output reactors alone is not acceptable. Output filters shall be TCI Model KLC, or equal. The AFDs will be located remotely from the driven equipment. Distances have not been determined. 2-5. CONTROLS. 2-5.01. Features. Each AFD enclosure shall include the following features: a. A door mounted membrane keypad with integral 2-line, 24 character minimum LCD display that is capable of controlling the AFD and setting drive parameters. The keypad module shall be programmed with factory set drive parameters in nonvolatile EEPROM or FLASH memory and shall be resettable in the field through the keypad. The keypad module shall contain a self -test software program that can be activated to verify proper keypad operations. Additional to the membrane keypad, the face of the control enclosure shall include manual pushbuttons for start and stop and a manual potentiometer for speed control. b. Microprocessor -based regulator. Nonvolatile memory modules shall have a useful life of at least 20 years without requiring battery or module replacement. C. Manual speed adjustment via the LCD display. d. Indications of power "On", drive "Run", and drive "Fault". Indication of these parameters shall be provided by pilot lights that utilize 6 volt LED lamps with built-in transformers. Lamps shall be easily replaceable from the front of the indicating light. e. Speed indication - calibrated in percent rpm. Control circuits of not more than 115 volts supplied by control power transformers within the drive enclosure. g. Automatic controller shutdown on overcurrent, overvoltage, undervoltage, motor overtemperature and other drive fault conditions. Controller shutdown shall be manually reset type. Terminals shall be provided for control wiring from motor temperature switches, or a motor protection relay located in the drive enclosure. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP } -16- (Membrane Procurement Package) (161704 ) t h. Diagnostic indicators that pinpoint failure and fault conditions. Indicators shall be manually reset to restore operation after abnormal shutdown. i. Accept a remote 4-20 mA speed control signal. j. Process control output for remote 4-20 mA speed indication, rated 0 to 100 percent speed. k. Spare interlock contacts rated 5 amperes at 120 volts ac, wired separately to the unit terminal board. Two NO and two NC isolated spare interlock shall be furnished with each drive. I. Drive fault and run status contacts for remote indication, rated - 5 amperes at 120 volts ac. M. Speed droop feature which reduces the speed of the drive on transient overloads. The drive shall return to set speed after the transient is removed. If the acceleration or deceleration rates are too rapid for the moment of inertia of the load, the drive shall automatically compensate to prevent drive trip. n. Heavy duty, oil -tight pilot devices of the 30.5 mm type. o. Individual adjustable speed profile settings for start, stop, entry, slope, and minimum and maximum speed points. p. Coast, controlled ramp, or do injection selectable modes of stopping. q. PID setpoint control selection when required. r. Ability to adjustable PWM carrier frequency. S. Noise level of installed equipment shall not exceed 85 dB, or other dB level as required, as measured by an appropriate calibrated instrument. The required sound level limit shall be met at a minimum of four locations, each not more than 3 feet above the floor and not more than 10 feet from the equipment. This requirement shall apply to all drives, motors, filters, reactors, and transformers supplied with the drive. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -17- (Membrane Procurement Package) '` (161704 ) Each AFD enclosure shall include the following features in addition to those indicated on the drawings: a. Input thermal -magnetic molded -case circuit breaker disconnect with interrupting capacity rated in RMS symmetrical amperes as required, and labeled in accordance with UL standard 489. The disconnect shall be mounted inside the drive enclosure and shall have door interlocks and a handle with provisions for padlocking in the "Off' position. b. Input line high-speed, current limiting fuses rated 200,000 amperes interrupting and specifically designed for solid-state applications. C. Control circuits of not more than 115 volts within the control enclosure shall be supplied power from internal control power transformers mounted within the drive enclosure. Control power transformers shall have additional capacity as required by external devices indicated on the drawings. Control power transformers shall be equipped with two primary leads fused, one secondary lead fused, and one secondary lead grounded. d. The inverter output section shall be provided with adjustable PWM carrier frequency from 500 Hz to at least 10 kHz. e. Noise level of installed equipment shall not exceed 85 dB, or other dB level as required, as measured by an appropriate calibrated instrument. The required sound level limit shall be met at a minimum of four locations, each not more than 3 feet above the floor and not more than 10 feet from the equipment. This requirement shall apply to all drives, motors, filters, reactors, and transformers supplied with the drive. 2-5.02. Diagnostics. Diagnostic indicators on the face of the control enclosure shall display the type of fault responsible for drive shutdown, warning, or failure. If two or more faults occur simultaneously, the diagnostic segment shall record or indicate each condition. The drive shall be capable of storing 10 events with a time and date stamp for each event. 2-5.03. Motor Protection Relay. Not Used. (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -18- (Membrane Procurement Package) I (161704 )- 2-5.04. Auxiliary Control Enclosure. Each auxiliary control enclosure associated with each AFD shall include the following features: a. Local -Off -Auto selector switch. b. Start and Stop pushbuttons when the selector switch is in the Local position. C. Manual speed adjustment via speed potentiometer when the selector switch is in the Local position. d. AFD fault indicating light (white). e. Emergency stop pushbutton, red mushroom type. f. Drive Reset pushbutton whether the selector switch is in either the Local or Remote positions. g. Elapsed time meter. h. Auxiliary relays required beyond those furnished within the standard AFD. i. Termination blocks for all field wiring and interconnecting wiring to the AFD. j. Pilot devices shall be similar and of the same manufacturer as those provided on the AFD. 2-6. ACCESSORIES. 2-6.01. 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. 2-7. TESTING. All power switching components shall be prerun under anticipated operating temperature and load conditions. 2-7.01. Factory Testing. After the drive system has been assembled at the manufacturer's facility, it shall be tested for at least 24 hours before it is shipped. The complete drive system, including all peripherals, shall be factory tested under simulated operating conditions, including normal operating sequences and fault (City of Lubbock, Texas ) 16150 t (Lake Alan Henry WTP ) -19- (Membrane Procurement Package) (161704 ) conditions. Contact closure inputs and simulated driven -outputs shall be connected to the system input/output modules. A test report summary indicating satisfactory final test results shall be submitted to ENGINEER before shipment of the equipment. 2-7.02. Secondary Factory Testina. Not Used. PART 3 - EXECUTION 3-1. PREPARATION FOR SHIPMENT. All equipment shall be suitably packaged 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. All equipment shall be protected from exposure to the elements and shall be kept dry at all times. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. Painted surfaces that are damaged prior to acceptance of equipment shall be repainted to the satisfaction of ENGINEER. Grease and lubricating oil shall be applied to all bearings and similar items. Complete packing lists and bills of material shall be included with each shipment. 3-2. INSTALLATION CHECK. An experienced, competent, and authorized representative of the manufacturer shall visit the site of the Project and inspect, check, adjust if necessary, and approve the equipment installation. The representative shall be present when the equipment is placed in operation and shall revisit the jobsite as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of ENGINEER. The manufacturer's representative shall furnish a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting piping or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. 3-3. INSTALLATION SUPERVISION. The equipment manufacturer shall furnish a qualified field installation supervisor during the equipment installation. Such services shall be included in the contract price for the number of days and round trips to the site as required. Manufacturers' installation supervisor shall observe, instruct, guide, and direct CONTRACTOR'S erection or installation procedures as required. The equipment manufacturer will be provided with written notification 10 days prior to the need for such services. (City of Lubbock, Texas ) 16150 (Lake Alan Henry wTP ) -20- (Membrane Procurement Package) (161704 l_ 3-4. FIELD TESTING. 3-4.01. Field Acceptance Testing. After installation of the system at the site of the Project and checkout by the drive manufacturer, a field acceptance test shall be conducted jointly by the drive manufacturer and the manufacturer of the driven equipment. The field acceptance test shall consist of repeating the factory acceptance testing procedure and an additional 5 days of similar testing, during which the system shall run continuously, without loss of basic functions. Functional tests shall demonstrate satisfactory operation of all interlocks, alarms, and normal operating sequences. The drive manufacturer shall use suitable test equipment to identify and correct malfunctions. Failure of redundant equipment will not be considered as downtime, provided that automatic failover occurs as specified herein and, that in the opinion of ENGINEER, the failure was not caused by deficiency in design or installation. Repeated failure of any component shall be cause for the acceptance test to be terminated and restarted. 3-4.02. Harmonic Distortion Test. When required, CONTRACTOR shall provide temporary four -channel power line monitoring equipment at the site to graph and record the harmonic line distortion for ac voltage and current, and to compute individual harmonic values up to the 50th harmonic as well as total harmonic distortion (THD) and total demand distortion (TDD). Distortion testing shall include all drives furnished under this Section and all existing drives as specified in paragraph 2-2.04 and as listed in the data sheet. The monitoring equipment shall include a four -channel power line monitor, temperature and humidity compensation probes, a recorder, and any additional instruments required to compute harmonic values, THD, and TDD. The equipment shall be Basic Measuring Instruments "Model 3030A Power Profiler" or Dranetz "Model 8000". Measurements shall include phase -to -phase, phase -to -neutral, and neutral -to - ground. The harmonic distortion shall be monitored at the primary and secondary - points of common coupling. The test shall be run for the full range of drive operation to the extent practicable. Graphs of harmonic spectra and of current waveforms shall be submitted for the following running conditions of the equipment. a. All drives at 100 percent speed (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -21- (Membrane Procurement Package) L.; (161704 ) b. Half, two-thirds, or three -fifths of each type of drive at 60 percent speed and the others at 100 percent speed. c_ All drives at 60 percent speed. d. All drives off. The test shall be conducted by qualified personnel acceptable to ENGINEER. 3-5. TRAINING OF OWNER'S PERSONNEL. The number of employees of OWNER, as required, shall be trained in the proper operation, troubleshooting, and maintenance of the equipment. Training shall be conducted by a qualified representative of the drive manufacturer and shall consist of at least 16 hours of combined classroom and hands-on instruction. Training shall be conducted at a place and time mutually agreeable to OWNER and the drive manufacturer. End of Section (City of Lubbock, Texas ) 16150 (Lake Alan Henry WTP ) -22- (Membrane Procurement Package) (161704 ) Section 16220 GENERAL PURPOSE INDUCTION MOTORS Data Sheet Para- Description Data Units graph General Tag Numbers of Driven Equipment. As required Number of Motors required. As required 1-2.02. General Equipment Requirements. E Yes No 1-4. Operation and maintenance E� Yes manuals required. [� No Service Conditions Altitude. Below 3,300 E; Above 3,300 If "Above" is selected, indicate elevation. Ambient temperature. : 40 C 50 Fu Other When "Other" is selected, indicate ambient temperature. Performance and Design Requirements Motor voltage. 115. Single phase 460. 3 phase E; 2300, 3 phase 4000,3 phase Fu Other When "Other' is selected, indicate voltage and frequency Frequency. ,: 60 Hz P 50 (City of Lubbock, Texas ) 16220 (Lake Alan Henry WTP) -1- (Membrane Procurement Package ) (161704 ) Speed. [�, Constant speed II Motors Are Constant Speed 2 speed, 1 winding Unless Otherwise Specified By An Individual Motor Data Sheet. 2 speed, 2 winding Service factor. 1.0 1.15 Insulation class and temperature Class F with 80•C rise at 1.0 SF rise above 40°C design ambient `• Class F with 90°C rise at 1,15 SF (by resistance method). Class H with 105°C rise at 1.0 SF 2.02. Enclosure. II Motors Shall Be Totally "" Open drip proof -q Totally enclosed -fan cooled Enclosed Fan Cooled Unless Otherwise Specified By An , Explosion proof (Class 1, Division 1, Individual Motor Data Sheet. Group D) Explosion proof (Class 11, Division 1, Group G) Hazardous duty (Class I, Division 2 Group D) WP1 U, WP2 C Other When "Other' is selected, indicate alternative. Special features. Encapsulated Windino 2.02.04 Severe Dutv-Chemical Service 2.03. Main conduit box sized to include. t�; Main Motor Leads i Space Heater Leads Current Transformer Stress Cones ( Surge Protection f Capacitor Terminations 2.11. Space heaters required. Yes No 2-2.12, emperature sensing RTDs. Yes E' No (City of Lubbock, Texas ) 16220 (Lake Alan Henry WTP) -2- (Membrane Procurement Package ) (161704 ) When "RTDs" are selected, indicate requirement. Y I' Auxiliary conduit box required For a Yes RTDs or temperature switches. No 2.14. Efficiency. Premium Efficiency a Other hen "Other" is selected, indicate Iternative. (City of Lubbock, Texas ) 16220 (Lake Alan Henry WTP) -3- (Membrane Procurement Package ) (161704 ) Section 16220 GENERAL PURPOSE INDUCTION MOTORS PART 1 - GENERAL 1-1. SCOPE. This section covers single and three-phase, small (fractional) and medium (integral) horsepower, alternating current motors rated 500 horsepower and less (NEMA MG1-1998). Motors shall meet the following requirements, and the design conditions and features as required. 1-2. GENERAL. Motors furnished under Driven Equipment Specification sections 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 the ENGINEER. 1-2.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheets)". Where applicable, individual motor data sheets have been developed which specify additional requirements for specific motors. 1-2.02. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all motors specified under Driven Equipment Specification sections. 1-2.03. Abbreviations. Reference to standards and organizations shall be indicated by the following abbreviated letter designations: AFBMA Antifriction Bearing Manufacturers Association ANSI American National Standards Institute IEEE Institute of Electrical and Electronics Engineers NEC National Electrical Code NEMA National Electrical Manufacturers Association UL Underwriters' Laboratories 1-2.04. Governing Standards. Motors furnished under this section shall be designed, constructed, and tested in accordance with the latest version of NEMA MG 1 and IEEE 112, Test Method B. (City of Lubbock, Texas ) 16220 (Lake Alan Henry WTP ) -- (Membrane Procurement Package ) (161704 ) 1-2.05. Nameplates. All motor nameplate data shall conform to NEMA MG 1 requirements. 1-3. 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 motor shall be submitted in accordance with the Submittals section. The drawings and data shall include, but shall not be limited to, the following: Motors Name of manufacturer. Type and model. Type of bearing and method of lubrication. Bearing cut sheets. Rated size of motor, hp, and service factor. Temperature rise and insulation rating. Full load rotative speed. Net weight. i Efficiency at full, 3/4, and 112 load. Full load current. 1 Locked rotor current. i Space heater wattage and voltage, where applicable. Motor temperature switch data, where applicable. RTD data, where applicable. 1-4. OPERATION AND MAINTENANCE DATA AND MANUALS. As required, adequate operation and maintenance information shall be supplied. Operation and maintenance manuals shall be submitted in accordance with the Submittals section. (City of Lubbock, Texas ) 16220 (Lake Alan Henry WTP) -5- (Membrane Procurement Package ) (161704 ) Operation and maintenance manuals shall include the following: a. Assembly, installation, alignment, adjustment, and checking instructions. b. Lubrication and maintenance instructions. C. Guide to troubleshooting. d. Parts lists and predicted life of parts subject to wear. e. Outline, cross-section, and assembly drawings; engineering data; and wiring diagrams. Test data and performance curves, where applicable. PART 2 - PRODUCTS 2-1. SERVICE CONDITIONS. Service conditions for motors shall be as specified in the driven equipment specification sections. Motors shall be designed for special conditions such as area classification, altitude, frequent starting, intermittent overload, high inertia, mounting configuration, or service environment. Unless specified otherwise, all motors shall be designed for full voltage starting and to operate from an electrical system that may have a maximum of 5 percent voltage distortion according to IEEE 519. Motors utilizing a reduced -voltage, autotransformer starter shall be capable of reduced -voltage starting at a 65 percent tap setting. Motors utilizing a reduced voltage solid state starter shall be capable of starting at 50% of the specified voltage. When powered from an adjustable frequency drive (AFD), motors shall be inverter duty and specifically selected for service with an adjustable frequency type speed controller and shall be derated as required to compensate for harmonic heating effects and reduced self -cooling capability at low speed operation. Each motor shall not exceed a Class B temperature rise when operating in the installed condition at load with power received from the adjustable frequency drive. All motors driven by AFDs shall be supplied with full phase insulation on the end turns and shall meet the requirements of NEMA MG 1, Part 31. In addition to the requirements of NEMA MG 1, Part 31, motors shall be designed to be continually pulsed at the motor terminals with a voltage of 1600 volts ac. (City of Lubbock, Texas ) 16220 (Lake Alan Henry WTP) -6- (Membrane Procurement Package ) (161704 ) 2-2. PERFORMANCE AND DESIGN REQUIREMENTS. Design and construction of each general-purpose motor shall be as specified herein and as required. Motor voltage, frequency, speed, service factor, and insulation class shall be as required. 2-2.01. Nameplate Horsepower. Motor nameplate horsepower shall be equal to or greater than the maximum load imposed by the driven equipment. 2-2.02. Enclosures. All motors shall be self -ventilated. All self -ventilated open type motors, including those with dripproof, splashproof, and weather protected enclosures, and the fan covers of totally enclosed fan cooled motors shall meet NEMA MG 1 requirements for a fully guarded machine. 2-2.02.01. Totally Enclosed Motors. Totally enclosed motors shall be furnished with drain holes and rotating shaft seals. Frames, bearing brackets, external terminal housings, and fan covers for fan cooled motors shall be cast iron. External cooling fans for fan cooled motors shall be fabricated of brass, bronze, aluminum alloy containing not more than 0.2 percent copper, malleable iron, or plastic. All plastic fans shall be fabricated of a reinforced thermosetting plastic and shall be UL approved. 2-2.02.02. Outdoor Motors. Outdoor motors shall have NEMA weather protected enclosures. All exposed metal surfaces shall be protected, where practical, with a corrosion resistant polyester coating. Exposed uncoated surfaces shall be of a corrosion resistant metal. Enclosure exterior and interior surfaces, air gap surfaces, and windings shall be protected with a corrosion resistant alkyd enamel, polyester, or epoxy coating. 2-2.02.03. Motors for Hazardous Locations. Motors for hazardous locations shall be in accordance with the NEC and of the correct type enclosures for the particular service as specified in NEMA MG 1. Motors shall meet the requirements of UL 674, 2-2.02.04. Encapsulated Windings. As required, motors shall be provided with encapsulated windings meeting the requirements of NEMA MG1-1.27.2. 2-2.02.05. Severe Duty Chemical Service Motors. As required, motors shall be provided with special corrosion -resistant finish and encapsulated windings meeting the requirements of NEMA MG1-1.27.2 and IEEE 841. 2-2.03. Main Conduit Boxes. The main conduit box shall be in accordance with NEMA MG 1. The main conduit boxes shall be diagonally split for easy access to the motor leads, and designed for rotation in 90-degree increments. A gasket shall be furnished between the halves of the box. Conduit openings in the main conduit box shall match the size and quantity of conduits indicated on the one line drawings. (City of Lubbock, Texas ) 16220 (Lake Alan Henry WTP) -7- (Membrane Procurement Package ) (161704 ) The main conduit box shall be oversized at least one size larger than NEMA standard. The main conduit box shall be sized for all indicated accessory leads. Motors furnished in NEMA 320 frame series and larger shall have conduit boxes designed and constructed to permit motor removal after installation without disconnecting raceways. 2-2.04. Leads. Motor power leads shall be wired into the main conduit box. Unless otherwise specified, space heater leads shall be wired into the main conduit box All motor leads and their terminals shall be permanently marked in accordance with the requirements of NEMA MG 1, Part 2. Each lead marking shall be visible after taping of the terminals. All motors rated 100 horsepower and larger, and all vertical motors shall have the direction of rotation marked by an arrow mounted visibly on the stator frame near the terminal housing, or on the nameplate, and the leads marked for phase sequence T1, T2, T3, to correspond to the direction of rotation and supply voltage sequence. Leads for dual -voltage rated or for multispeed motors shall be easily connected or reconnected in the main conduit box for the operating voltage or for the specified speeds. Permanent instructions for making these connections shall be furnished inside the main conduit box or on the motor frame or nameplate. 2-2.05. Terminals. Cable type leads shall be provided with Burndy Type YA or acceptable equal compression type connectors. 2-2.06. Grounding Connections. All motors shall be furnished with a ground connection. 2-2,07. Bearings. All bearings shall be self-lubricating, shall have provisions for relubrication, and shall be designed to operate in any position or at any angle. Motor bearings shall be antifriction type with Ljo life rating of 40,000 hours in accordance with AFBMA Standards. All bearing mountings shall be designed to prevent the entrance of lubricant into the motor enclosure or dirt into the bearings, and shall be fitted with pipes, drain plugs, and fittings arranged for safe, easy relubrication from the outside of the motor while the motor is in service, as necessary. Provide bearings manufactured by SKF or FAG without exception (City of Lubbock, Texas ) 16220 (Lake Alan Henry WTP) -8- (Membrane Procurement Package ) (161704 ) 2-2.08. Rotors. All induction motors shall have squirrel -cage rotors adequately sized to avoid overheating during acceleration of the motor and driven equipment. Rotors shall be dynamically balanced to 0.08 in./sec or less. 2-2.09. Shafts. Shafts shall be furnished with corrosion resistant treatment or shall be of a corrosion resistant material. 2-2.10. Torque Characteristics. Motors rated 200 horsepower and less shall have torques and locked -rotor current in accordance with NEMA MG 1, Part 12. 2-2.11. Motor Space Heaters. As required, motors shall be provided with a space heater element sized to prevent condensation on the core and windings. The space heaters shall be isolated or so located as to prevent heat damage to adjacent painted surfaces and shall be suitable for 120 volt, 60 Hz, single phase power supply. 2-2.12. Temperature Sensing Devices. Each motor controlled by an adjustable 4_ frequency drive shall be furnished with at least one automatic reset winding temperature switch per phase. Temperature switch contacts shall be normally closed and rated 5 amps at 120 volts ac. The contacts shall be wired in series with the end leads brought out to the motor terminal box. As required, each motor shall be furnished with resistive temperature devices (RTDs) placed to sense temperature in the motor windings and bearings. All - RTDs shall be 100 ohm, platinum type. Each motor shall be equipped with a pair of RTDs in each phase winding and one or two RTDs in the thrust and guide bearings as required. Bearing RTDs complete with detector head and holder assemblies shall be furnished in accordance with the applicable requirements of ANSI MC96.1 and IEEE 119. All RTDs shall be connected with a twisted shielded triad to the motor protection relay as indicated on the drawings. As required, an auxiliary conduit box shall be provided for termination of RTD or temperature switch wiring. 2-2.13. Assembly. All motors shall be completely assembled with the driven equipment, lubricated, and ready for operation. 2-2.14. Efficiency. As required, motors shall be premium efficiency type and shall have a NEMA nominal efficiency nameplate value equal to or greater than values indicated in the following table. Efficiency shall be determined in accordance with IEEE 112, Test Method B. When premium efficiency is required, vertical motors shall be premium efficiency type and shall have efficiency values equal to or greater than those indicated in the following table minus 0.50. (City of Lubbock, Texas ) 16220 (Lake Alan Henry WTP) -9- (Membrane Procurement Package ) (161704 ) Motor ) Nominal Efficiency Values ( Nominal Efficiency Values ( | ) open D% Enclosure } TEFc Enclosure ! : k& ! « w....... - ! ! ! ! .... : : :! ........................ : ! ! 3600 1800 1200 mo ) 3600 1800 1200 mo ) ) ( rpm ) rpm ) rpm : rpm | rpm ( rpm rpm : rpm 07 | 1 84.0 a .5 82.5 75.0 ) 77.0 853) 82.5) 75.5 t1 t5 ) a .0 } 86.5 (aEs ( 7$0 84.0 ( 863) 87.5 m$ 1.5 ) 2 } 853 86.5 ( 87.5 ( 863) 85.5 863 ; 88.5 ( 85,5 2.2 ( 3 85.5 89.5 8$5 8$5 87.0) 893 8$5) 863 : *7 ( 5 ( 863 : 8$5) 8$5 : 893 ( 8*5 893) 8$5 ( a&o ) ie 7.5 ( 883) 91.0 : 9$2 88.5 } g$o : 91.7 91,0 ( 863 ) 7.5 | ,o 89.5 91.7 [ 91.7 ) 91.0 ) 91.0 91.7 ( 91.0 ( 91.0 |11.2) a 9$2(9*0 yJ 91$)91$}92a)92.0 y$ : wg 20 } 91.7 93.0 92.4 »$ } 92.0 : m$ ( gzo 91.0 ( 1$7 | 25 : 92.4 916 93.0 92.0 92.0 93.6 glo 91.0 ( 22a ( m ) g$o and )gIe) m$) g24) m$ | 93.0 93.0 2$8 40 ( g*o } mg ) 94.1 { m$ )92.4 ( 941 mw ( g*o } a m : g*o 94.5 94.1 ; g*o) 93.0 m.5 g¢, ) g*o ) tea | m ) g&E} g&o 943 ; k$ } g*e ( +$) 943 : 910 ) + : a (m$|g&o gfo 94a)93.6|+*(95$)94$ (Gƒ 1m m3 ma}95.0 .0(md ma g&o} m$ )� 3.2 | 12 ) m$ } 95.4 g&0 95.0 go 1 f +a g&o) m$ // 1m ( m$( m.8 95.4 . ,s 95.8 9. }94.0 (14 }200)95.4[95.8(95.4 95$(95.4)m2)95.8 kg ) 186 250 95.0 95.8 95.4 95.0 95.4 95.8 g&a { 94.5 (24)mo:ma(g5a:g&4: :95.4 +a) ( m, »o ) g&o) 95.4 ( g&4 : 95a : +.8 95.8 (Ci@ ¥Lubbock, Texas ) 16220 (L6Alan Henry &r) wC (MembraneProcurement Package } Og704 } Motor Nominal Efficiency Values Nominal Efficiency Values ........................................>................ _.................... ........................... .............................:......................... Open Drip Enclosure _........... ...................... -.................. .............; TEFC Enclosure kw hp .................. ..................... _._............ ....................................... ..................................................... ............... ....... ............. _..... 3600 1800 s 1200 900 3600 1800 [ 1200 900 rpm € rpm rpm € rpm rpm rpm '- rpm rpm 298 400 95.4 s 95.4 95.8 95.8 336 450 95.8 ' 95.8 95.4 i 95.4 373 500 € 95.8 95.8 € 95.8 95.8 2-3. ACCESSORIES. 2-3.01. Special Tools and Accessories. Motors requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Each motor shall be provided with lifting eyebolts or lugs and appropriate fittings for adding bearing lubricant. Grease lubricated units shall be provided with a means of venting the casing. Oil lubricated units shall be provided with constant level oilers or with sight glasses arranged to indicate operating and static oil levels. 2-4. ANCHORS. The MSS shall furnish suitable anchors for each item of equipment as required for driven equipment. 2-5. SHOP PAINTING. Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for coating. Electric motors 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. 2-6. 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 displacement (peak -to -peak), as measured at any point on the machine, shall not exceed the limits as 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 3 — EXECUTION - Not Used. End of Section (City of Lubbock, Texas ) 16220 (Lake Alan Henry WTP) -11- (Membrane Procurement Package ) (161704 ) k, 1 APPENDIX - - - - ------------ L"', A m wv wr ]raA.50 Joao r.D. WEM' 9 .yr[ wx wit G !r>!.!0 _..... .. wLx[rr •t a ]+R•99 >[eV.lj ° r0. W[M -._.., +S IL•.. ( G JY6 w-. .. . G RAW ArCA All, [x w war (C0oaw. c e9re9.. nN a.w (s+ on9IN1 noW4[IN os nwiruai )r.o ru�o°Eyl:now u�is . /uiun(IfLDW 'M°fpRl p.(0 r0 D[LN[. !•oo [y Jwo o![IVN rs We. Sw95 MvI 4[01° �JOR 1 J b]oR bMlrnwEir ruyr itwtpu ]fW CLEARWELL (L°�Q uEMBgRNE uw15 9rs"*wareY1°ular "'WiD 4+ vwcc4..+m.. (.sc(',("tzc"�.[n(-�wocwsilo wf se uwt srse.ao 9REm Ba$aV jtuOEy(y wts � C(Cuw(0 -n. EN04ra[ COWLaE OLroLE>< �°K.twc iw p94(AcroR�w uEr°iBR�x[i ]rlo u,4co wA+fe • " sra.m ., wL )�e.00 a1 04a"E etiia.vou occ.Nr o w.R ? 311, j+ is au0ct pnwc eT93 nN ],uoo I wrocwsc Rfeu 4(9 WAILR - ytt Rftu.x Opal ouu5 [[ i+vt s�.o [ 20" •hK Ns�x _.. ..... .., v(4xc10wocE SiDEMEu! ELOwS B.Sw BtOi m i.i gq • LX ���jjj �ae e lit9 it � w snlaw w e ] 4i nNISNED wetEF PWMG s..oN Jr.9 ! 2 lL ti V W U f' ti m W 333 a 2 LL 2 W U. � 2 � 2 V c w .pt( w.l(. surrA[t t[[vA,OK +.[ B.sCO O4 OEf�a now or ,o uc0 o[e te.w IGURE (- PRELIMINARY - NOT FOR CONSTRUCTION r S1EEr ' FYIWE WOW ILOCM.AflW _ -NI uEVxruxE srs rfu nl rx(x MSxEO t:.vE fMMFt WWI • •• •• • .. .f;:. W IYtl fYJWF r•. sotMd .. NuiVPf sfF rrOrE, ` OWIACIW-• MR MmR - ._ �� 1 • i /\F . uEYBo..vE IWto RIY .. A ' ; •.. , ... .. — — — .•� . cLEWF xIW IIrME ' ' �E xf•• A dFRvroF _ FYIWE Otrrareull0ll ' �, rfPIK'IWF.. �, _'IE ... `I I ( M�ff'IfL L .. �•.. F ' 1NLEl r ;' FLOW OOx IFW ��,lral777J1 Ili 1 - !' 1 4 ' rf SNnKlWf ,' IFNIIML dl GMOF ETRYOfYPF , Af , OVEA/L81W � "Y. •, ( , re POxO x0 I.. j 'PRW LW _ •.• ] •.• � ; C ]_r L . I WK I /\'�' / 'I � ,...... uFueaYxE'r LfWfO YwNxIW Mr0..XSF �'�� �;����� �� � � � �, �, u � � •ern. % ... 1-WeR OVFMLW- FLOOdRFTfW-' : {I •.•. I 1FpIfML SId40E Ie PIPKr I... le.ue.aoD -ETMIYERS � � 6 y '• PLxYT MIEa Paws - FLOW MEIFA Iu IuEYBaINE ,Eq rYrTEv Q� F ...I WxrtE '-uE/I&4xf ivYS rf �-C �iL �z ( �—J HfgNOHIs/rFxaIWIWSAxO '. Y, ]oo EVYPW.rra WSENs y 3 8f / ca � NEYln.LEf[,lrar I Ir � OVEAfLW ogLEN c� a B oaooao w W � j w lY U ¢ � �22 M0.�Eq vsrx C'a W m 3 j D. \I »,000 AICI 11. cell , PP IfR PYNPS . cell ot,foo J [f; t],.Op EYFgOfxOv OVER' Z ,y Bf, roa OVFgfLW PM'D '� .110 RfOLYlNEO MIfR OVEaNLON yJl ''6a, 000 OVExfLW Of TfxlfOv OWIN !0 SWMCf �' _! � Q � )[ 000 CHEMICAL FEED ]W][[ Q aFSfWxlS S, t00 E0, f00 .it CWPEq SYLFNTE © "WIYEO lt" -I �v5x0 B, B00 ..,11 A[rtOW[S E>, 100 OvfgFlW ® CWGULPNr Of'lpW.: ___. IxfWfxfxO ©SWIW —."I Q GIOYID PVYWJW Su{FfTE bK: r Y4M Y• f RVYr'R re , I fIrSI ' _..-.. .,...: ' ' �S too S. d00 v, LEGEND Y'0 4LQwKE IMOE fW SIMIE e0N INOIWIES xvG clW, OPO a IMLNff MTEq urFE--" xv0 FIOR NDTE: YEYeawf SYSIfY SMWN !r bdf0 W Px FY le OP Y PRESSWE YEYegM'E SYSIfY, f0U(PYfMI gEWfREO BLV PgW£CI M0. 161704 RFSlgMLS WYIYe ■w-,_ --�- WY FIQY, GPO fW PA IS — SUSYEq SVSTEIIr WIII VMv NQ EWIPYENT qE.i FW EPCx MWfACIUMq RILL Y. EEE WSIS OI OEEfW YfYWPMYY fN. I FW IGURE 1 -C AoouraYu uscnrarr ws. g} PRELIMINARY - NOT FOR CONSTRUCTION SMO ET e; 'I rsr.eor 11, "-�7e -IT ... ........... Jpm Tr ll B ' i V: i. ?e�, it - 4 -n rtl 1 [11. --11- —11- J II II T , Ti! II L) ." I 1� > 4-. P . t 9 Lu u- U, uj UPPEA LEVEL- CHEAITCAL F660 AMIA �lw FLOOR PLAN101704 FIGURE 1 PRELIMINARY - NOT F R CONSTRUCTION &LET --7 --7 --7 --7 --7 L