Home

Addendum No. 1 - City and Borough of Juneau

image

Contents

1. CHANGE ORDER C 3T SUMMARY Original Contract Bid Amount 1 022 440 Change Order No 1 44 280 00 otal of All Change Orders ercentage of Original Contract bid Cost New Construction contract Total Amount l 0 04 gt 1 066 720 00 Page 2 of 2
2. Page 12 Hydrocarbons 0 ppm Assumed Iron Total Fe 0 04 ppm Stated Magnesium Total Mg ppm as CaCO Manganese Mn N D N D N D ppm Stated Organic Carbon Total 0 5 0 6 0 65 ppm Stated Average is Assumed TOC Ortho Phosphate PO ppm PO pH 7 Stated Phosphorous Total P ppm PO Potassium K ppm Reactive Silica SiOz ppm Silica Total SiO2 ppm Sodium Na ppm Specific Conductance UMHO cm Strontium Sr ppm Sulfate SO ppm as SO Temperature 0 5 10 C Stated Total Suspended Solids 0 4 8 30 ppm Assumed Average is Assumed TSS True Color ppm Turbidity 0 2 4 15 NTU Stated Average is Assumed In the event that the feed fluid is outside these parameters the system performance cleaning protocol operating parameters and or warranties may be affected 3 1 7 Filtrate requirements Average Daily Net Filtrate Flow 2 0 MGD Filtrate Turbidity lt 0 1 NTU 95 of the time lt 0 3 NTU 100 of the time 3 1 8 Design Conditions Flux 47 GFD Flux Maintenance FM Frequency 28 5 Minutes Enhanced Flux Maintenance EFM Frequency 1 Day Clean In Place CIP Frequency 30 Days Minimum Recovery 96 3 1 9 Microfiltration System Design Basis The Microfiltration System offered in this Proposal is based on design discussions and documents that were developed with Jim Dorn of Carson and Dorn Contract No E15 065 for Supply and Installation Assistance Salm
3. BALL 11 2 HV6115 HV6117 HV6120A B RECEIVER INLET DISCHARGE ISOLATION a VALVES AIR SCRUB AIR ISOLATION BALL HV6121A B VALVES HV6122A B PHC 6101A B CONTROL AIR PRESSURE REGULATOR INTEGRITY TEST AIR PRESSURE PHC 6102A B AIR SCRUB AIR PRESSURE REGULATOR MA PIT6101 ISOLATION CALIBRATION a PRV 6101 Receiver pressure relief valve WH030848 OOo FIT 6101 A B Air Scrub Flowmeter WH031989 PI 6101 A B PI Air Scrub Air Supply Pressure Gauge IT Air wmos378s 6105 A B Supply Pressure Gauge pu E043786 PI 6103 A B Valve Air Supply Lines Pressure Gauge WH049094 MO a Pressure Gauge _ FI TBD MF Rack Filtrate Turbidimeter WHO61351 A SA Flow Indicator AIT 1101 1201 MF Rack Filtrate Water Turbidimeter WH066041 Po PIT 6101 Air Receiver Pressure Transmitter WH068361 PIT 1101 1201 PIT 1102 1201 MF Rack Feed Water Pressure Transmitter WH068362 WH167099 FIT 1101 1201 FIT 3 Sensor Ao Water Flowmeter 6 INCH WH078928 Transm LT 5101 CIP Tank Level Transmitter Tank Level Transmitter wHot0746 wrote fof ARA Tank Temperature Transmitter 18 TT 5101 TT 5102 Immersion Length Probe amp Alloy 20 WH058857 Thermowell PS 6101 Vane Air Pressure Switch Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 41 ATTACHMENT 3 to APPENDIX A SCOPE OF SERVICES LIST OF SPARE PARTS NOTAS pccomeeurmooiccHaN wowor J N
4. Item Description By By PALL OTHERS Upstream equipment and unit processes such as Raw Water Pumps Oxidation System Coagulation System X Settling Tank etc MF Feed Pumps with VFD s X MF Feed Strainers MF Units Master Control Panel CIP System Air Compressors x XxX X X X X Air Receiver Downstream equipment and unit processes such as Filtrate and or Permeate Pumps Disinfection System lon X Exchange System Finished Water Storage etc PALL Control System Programming X Receiving unloading and safe storage of equipment until ready for installation Installation of all equipment Design of anchorage for Pall equipment Supply and installation of equipment anchorage x lt ES E gt Any on site painting or touch up painting of equipment supplied Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 9 Design supply and installation of all civil infrastructure inclusive of buildings fire and safety protection HVAC walkways platforms etc Design supply and installation of interconnecting pipe inclusive of pipe supports and flexible connectors Design supply and installation of the Motor Control Center MCC Design supply and installation of electrical wiring conduit and other appurtenances required to provide power connections as needed from the electrical power source to the PALL control panels VFDs and other equipment
5. Page 6 APPENDIX A SCOPE OF SERVICES This contract between Pall Corporation Pall and City and Borough of Juneau CBJ is for the supply and installation assistance of an Aria FIT microfiltration water treatment system producing a minimum of 2 Million Gallons Per Day MGD of filtered surface water meeting the requirements of the U S Environmental Protection Agency s Long Term 2 Enhanced Surface Water Treatment Rule for the removal of cryptosporidium and to provide removal of giardia and sediment causing turbidity The packaged treatment system is to be installed at the CBJ s Salmon Creek Water Treatment facility located about 3 miles north of downtown Juneau on Egan Expressway Subsequent to the award of this contract CBJ intends to bid and award a general construction contract for the Salmon Creek Water Treatment Plant at which time this contract and the agreed upon terms and conditions will be assigned to a general construction contract The contract between CBJ and Pall will dissolve and the Pall will enter into a contractual relationship with the General Contractor for the project This arrangement will be similar in all respects to any other equipment supplier relationship established by the General Contractor The Aria FIT system supplied shall meet the needs of the technical specifications contained in RFP E15 065 Appendix A Scope of Services and as modified and detailed in Attachment 1 to Appendix A Scope of Services 3 0 Scope
6. PART 4 A a Perform the CIP process by following the sequenced procedure as defined by the system controller b Assuring that there is adequate warm water available to perform an effective CIP c Initiating the automated CIP recirculation cycle rinse at the system s control panel d Repeating the above steps for the second cleaning cycle e Performing the final rinse routine and return the system to service EQUIPMENT TO BE PROVIDED The MF system shall be a complete package that is primarily skid mounted and contains all pumps manual amp automated valves tanks instruments membranes control system on skid piping wiring conduit and tubing to make up a fully operational system To accommodate shipping unloading and layout flexibility the system shall be provided in one or more pieces to be mounted at the site for installation If it is necessary to separate the system into two or more assemblies such as when an off skid module rack is provided all the necessary interconnecting piping tubing wiring etc shall provide for the system to operate as a unit lt is the responsibility of the installation contractor to install the interconnect piping wiring tubing etc MF system shall include the following features as a minimum Feed and RF Reverse Flush tanks with associated level instrumentation Feed recirculation pump Reverse Flush RF On skid control of VFD Feed and RF pumps On skid automatic backwashing
7. 0 001 100 NTU Accuracy 0 10 NTU 2 of reading or 0 015 NTU 10 40 NTU 5 of reading 40 100 NTU 10 of reading Sample Flow 200 750 ml min Built in Bubble Removal Included Controller Hach SC 200 Power 100 230Vac 50 60 Hz Auto Selectable Controller Enclosure Nema 4X Output 4 20 mA Hach FilterTrak 660 Specifications Range 0 1000 mNTU 0 1NTU Accuracy 5 of Reading Sample Flow 100 750 ml min Built in Bubble Remover Included Controller Hach SC 200 Power 100 230Vac 50 60 Hz Auto Selectable Controller Enclosure Nema 4X Output 4 20 mA 4 12 5 UNINTERRUPTIBLE POWER SUPPLY UPS A A UPS Uninterruptible Power Supply is to be provided to prevent loss of power The UPS shall provide 30 minutes of power to the master PLC during a short term power outage allowing the system to restart automatically B UPS shall be 1kVa 120V manufactured by Eaton Powerware or 240W 24V manufactured by Allen Bradley or equal 4 12 6 SCADA OPTION A A PC based SCADA option shall be provided This system shall allow Enhanced capability for control and or display of customer equipment Remote access to PLC through pcAnywhere to allow remote troubleshooting and operation of the system Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 38 Data Reporting using Microsoft Excel Equipment Specifications Dell P
8. 92 0630 11305 532 V1X9Y V1X11Y VALVE 31 0200 11010 169 ACTUATOR 92 0630 11305 532 FCV6101A B POSITIONER 6A6DR5 0100NN 105KA3 DN5O 2 V1X04 V1X15 V1X10Y VALVE 31 0300 11010 169 V1X4Y V5101 V5102 V5103 ACTUATOR 92 0830 11305 532 V5104 V5105 V5106 V5108 V5109 DN80 3 VALVE 31 0400 11011 169 V1X02 V1X05 V1X6Y V1X8Y ACTUATOR 92 0830 11305 532 DN100 4 VALVE 31 0400 11011 169 ACTUATOR 92 0830 11315 532 VALVE 31 0600 11011 169 V1X03 V1X06 V1X07 V3X2Y ACTUATOR 92 0830 11305 532 V1X2Y DN150 6 VALVE BRAY 31 0600 11011 169 ACTUATOR 92 0830 11305 532 FCV1X01 POSITIONER 6A6DR5 0200NN 105KA4 VALVE 31 1000 11011 169 DN250 10 10 GEAR OPERATOR 04 0300 21207 002 HV8X01 HV8X02 Bray for all sizes LIMIT SWITCH 52 1001 12614 536 Diaphragm Valves Plast O Matic DN6 1 4 BSDA025T NC PV V1X23 DN20 3 4 1589007 V1X19 V1X22 DN25 1 1589010 V1X20 DN15 1 2 1589005 V5107 CV 8 K DN15 1 2 Cv5101 1 2 Kynar for chem injection DN25 1 62 505 01 HV1X03 RITEPRO BRAY DN40 1 5 cv6103 Bray Ritepro V1515XEZNSF 8 RITEPRO BRAY DNS5O 2 VO215XEZNSF 8 Cv6102 CV6103 Cv1X01 RITEPRO BRAY DN8O 3 VO315XEZNSF 8 Ball Sample Valves John Guest DN6 1 4 PPSVO40808W HV1X01 HV1X02 70 03 3 R R L HV6102 HV6103A B Bray DN15 1 2 HV6101A B HV6105A B SST valve for
9. Creek Water Plant Membrane Filters with Pall Corporation Page 34 4 10 PIPE AND FITTINGS A D The MF system plumbing shall incorporate stainless steel HDPE or PVC pipe and fittings Stainless steel pipe shall conform to ANSI B36 19 and be constructed of schedule 10s austenitic stainless steel to ANSI A312 type 304 304L 316 or 316L Only welders qualified to section IX of the ASME ANSI boiler and pressure vessel code shall perform welding of SST pipes PVC pipe shall be NSF 61 approved Type 1 Grade 1 gray with compounds conforming to ASTM D 1784 Pipe and fitting wall thickness shall be schedule 40 Socket welded fittings shall be used whenever possible using solvent bonding techniques Flanges shall use bolting patterns per ASME ANSI B16 5 4 11 FRAME ASSEMBLIES A C The MF system and modules shall be mounted on a steel framework fabricated primarily from square tubing Exceptions to this are angles plate round pipe or other structural shapes that may be welded to the tubing for use as legs or mounting brackets for pumps instruments and other components Frame materials shall be seal welded together to prevent moisture from entering the welded joint or the interior of closed element such as tubing or pipe Personnel performing welding shall be qualified to AWS 1 1 Frame material shall be carbon steel It shall be commercial grit blasted to SSPC SP10 and primed with one coat of Tnemec 90 97 Tnemec zinc 2 5 3 5mi
10. E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 46 APPENDIX B COMPENSATION The membrane filtration system and associated materials and required services outlined in this contract will be provided for the Lump Sum price of 1 022 440 00 shipping included consisting of 932 482 00 for the Aria FIT system as described in this contract plus 89 958 00 for maintenance and spare part items Assignment of Contract Subsequent to the award of this contract CBJ intends to bid and award a general construction contract for the Salmon Creek Water Treatment Plant at which time this contract and the agreed upon terms and conditions will be assigned to a general construction contract The contract between CBJ and Pall will dissolve and the Pall will enter into a contractual relationship with the General Contractor for the project This arrangement will be similar in all respects to any other equipment supplier relationship established by the General Contractor Payment Schedule The City shall pay all invoiced amounts due to Membrane Filter Supplier within 30 days from the date of receipt of invoice Such payment shall be made by EFT wire transfer or check and in US dollars The CBJ will provide payment for the Membrane System to the General Contractor on the following schedule e 10 Upon Notice to Proceed for General Construction Contract and Receipt of Complete Submittal P
11. PUMP DISCH TO RACK CIP N1215 V1110Y V12 WATER SUPPLY CIP SKID INLET 10Y V5101 V5102 V VALVE CIP SOLUTION RETURN TO WH200136 BTFL 5103 V5104 V5105 TANK CIP SOLUTION RETURN FROM V5106 V5108 V5109 RACK CIP PUMP DISCH TO CIP TANK or RACK CIP CHEMICAL DRAIN CIP RETURN w CIP PUMP SUCTION V1109 V1209 LOWERDRAINVALVE DRAIN VALVE w2oo137 37 BTL FCV1101 FCV1202 MODULATING HV6108 HV6208 ASRF AIR SUPPLY VALVE WH200222 BTLF 2 Ss ee vi See 122 FILTRATE VENT VALVE XR VENT VALVE WH200353 DIAPH SODIUM HYPOCHLORITE a V5113 V5114 SUPPLY SODIUM HYDROXIDE SUPPLY _WVH200355 SCAN Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 40 ATTACHMENT 3 to APPENDIX A SCOPE OF SERVICES LIST OF SPARE PARTS CIP SOLUTION SLIP STREAM SAMPLE V5107 V5115 V5116 VALVE CITRIC ACID SUPPLY SODIUM WH200356 DIAPH 1 2 BISULFITE SUPPLY V1120 V1220 IT AIR INLET wH200957 ere PS1O1A CIP Greuaton Pump waose MoPzenaT Ee Suction HV6103A B AIR COMPRESSOR DISCHARGE WH200123 BTFL Lo i at FCV6101A B AIR SCRUB FLOW CONTROL WH200180 BTFL a a ie overoaieveras aimsonuscneck valves waososas cheos z 1 aioe HUE SOLENOID BANK AIR INLET VALVE P16102 HV6103A B ISOLATION VALVE RECEIVER DRAIN BALL 1 9 HV6101A B VALVE PI6103A B PI6101A B PI6105A B HV6105A B ISOLATION VALVES HV6106A B HV6120A B Hvero7ara INTEGRITY TEST AIR ISOLATION VALVES ir
12. Rosemount 2088G2S22A1M5DWO4 PIT PT 3X01 PIT PT 3X02 Functional Area COMPRESSED AIR Rosemount Rosemount 2088G3S22A1M5DWKBQ4 2088G2S22A1M5DWKBQ4 14 7 800 psi 14 7 150 psi PT 6102 40 500 60PSI kPa Dual Scale 40 500 160PSI 11 BAR Dual Scale PI 6101A B PI 6105A B PI 6103A B ifm Efector 40 500 300PSI 20 5BAR Dual Scale PK6224 Cable EVCOO1 2 or 3 PI 6102 PI 6104 Level Instruments Pressure Based Functional Area CIP Rosemount 2088G1533A1M504 Temperature Instruments Rosemount Functional Area FEED Transmitter 148HNNAU2XAQ4 316SST Probe amp Thermowell 0068N21NO0A040T44XA Q4 Optional 3 pt calib T20 Tapered thermowell Functional Area CIP 4 Immersion Rosemount Transmitter 148HNNAU2XA Probe amp Thermowell 0068N21N00F120T44XA Alloy 20 12 Immersion Rosemount Transmitter 148HNNAU2XA Probe amp Thermowell 0068N21N00F040T44XA Alloy 20 4 Immersion Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 15 ATTACHMENTS 1 TO APPENDIX 1 SCOPE OF SERVICES Manufacturer ss Manufacturer s Part Number Butterfly Valves Limit Switches Pneumatic Positioners External Travel Stops VALVE 31 0200 11010 169 LEVER HANDLE 01 0200 21100 007 HY61034 B VALVE 31 0200 11010 169 V8X01 V3X3Y V1X3Y V1X7Y ACTUATOR
13. Transmitter for Neutralization Tank Chemical Addition Supplied by optional CHN system pH Sample Port in Circulation Piping Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 39 ATTACHMENT 3 to APPENDIX A SCOPE OF SERVICES LIST OF SPARE PARTS cali Ju Jere FEED FEEDSAMPLEVALVE VALVE wHor7021 7021 BALL A A CHEMICAL INJECTION CHECK VALVE SODIUM HYPOCHLORITE FOOT CV5101 CV5103A C VALVE SODIUM HYPOCHLORITE CHECK V5103B CV5104A C VALVE SODIUM HYDROXIDE FOOT V5104B CV5105A C VALVE SODIUM HYDROXIDE CHECK WH035013 CHECK 1 2 2 V5105B CV5106A C VALVE CITRIC ACID FOOT VALVE CITRIC V5106B ACID CHECK VALVE SODIUM BISULFITE FOOT VALVE SODIUM BISULFITE CHECK VALVE Puenzo rersorvostmoes mer mos wre oe 1 enereven A wre 3 E E ld CA IE V1198 V1298 V313 Y V323YV119Y V12 19Y V117Y V127Y V FEED HEADER FLUSH VALVE NON 113Y V123Y V1111 CHEMICAL WH200120 BTFL Y V1211Y V115Y V1 25Y V8101 FEED STRAINER INLET FEED STRAINER V1102 V1202 V1105 CIP FEED DRAIN ISOLATION CIP N1205 V118Y V128 RETURN CIP FEED DRAIN BLOCK WH200125 BTFL 4 1 YV116Y V126Y VALVE CIP RETURN BLOCK VALVE A FILTRATE NON CHEMICAL DRAIN RF INLET FEED BLOCK VALVE FILTRATE 7N312YN322Y V11 BLOCK VALVE REVERSE FLUSH BLOCK WH200127 BTFL 1 2Y V122Y V114Y V1 DAY VALVE FILTRATE CIP RETURN AIR SCRUB ISOLATION FILTRATE CIP RETURN BLOCK V1104 V1204 V1115 VALVE CIP
14. Transmitter shall be Rosemount 2088 0 30 PSI with LCD display Wetted parts shall be 316L SST or equal k Temperature transmitter shall be Rosemount RTD with 316 SS thermowell or equal l Injection Valve shall be LMI Chem Injector check valve 38026 or equal m Foot valve shall be Jaco Kynar Ball check valve with Hastelloy Spring Buna N O Ring and Teflon Ball or equal Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 36 4 12 2 CIP TRANSFER INJECTION A Chemical Transfer pumps shall be Diaphragm style and air operated 1 Pumps shall produce the desired flow rate and pressure consuming a maximum 5 SCFM air 2 Foot valve shall be Jaco Kynar Ball Check Valve with Hastelloy Spring Viton O Ring and Teflon ball or equal Injection valve shall be LMI Chem Injector check valve 38026 or equal Approved manufacture shall be Wilden or equal 4 12 3 AIR COMPRESSOR SYSTEM The MSS shall provide an air compressor system to meet the air requirements of their system The system shall consist of of a rotary screw compressors dual system required for redundancy and a receiver tank along with associated filters gauges relief valves drains etc required for a complete air supply system The compressor shall be as the follows or equal Manufacturer Atlas Copco Model GX series Full Featured w Enclosure Type Single Stage Oil Flooded Rotary Screw Featu
15. and above and low 24VDC voltage shall remain separated Copper wire shall be used and sized for its load per NEC NFPA79 requirements All wires will terminate through a ferrule type connector and terminate on finger safe screw clamping terminal blocks 4 8 ELECTRICAL WIRING A MF system shall be delivered completely pre wired from the main control enclosure to solenoid valves and instruments Wiring shall be copper and sized for its load per NEC NFPA79 requirements All wires will terminate on screw clamping terminal blocks Wires from the main control enclosure shall be enclosed in conduit made of PVC or flex tite style PVC conduit that is completely sealed from moisture Where practical low voltage control conductors 24VDC shall be separated from those carrying high voltage power 120VAC and above 4 9 INSTRUMENT AIR TUBING A Tubing is used to deliver instrument air to the valve actuators included on the system Instrument air tubing shall be 1 4 diameter polyurethane Reusable compression fittings shall be used in the instrument air system Instrument air for all purposes enter the system through a common air inlet line Pressure adjustment shall be provided using adjustable pressure regulating valves manufactured by Monnier or equal The main air intake line shall have a manual lockout valve to allow lockout of air to the system for valve maintenance Contract No E15 065 for Supply and Installation Assistance Salmon
16. and from the terminal boxes on the skids to the main plant panels Design supply and installation of chemical storage Supply of any required chemicals Any permitting requirements Plant Programming and SCADA Development 3 1 2 Pall Equipment Description One 1 Off Skid Pre Membrane Strainer XXX X 1 One 1 Amiad SAF 6000 10 inch automatic backwashing strainer with 300 micron screen 2 Valves and Instruments One 1 Pall Aria FIT 6 inch Dual Microfiltration Skid consisting of 3 1 2 1 One 1 Microfiltration Skid 3 1 2 1 1 One 1 6 inch Dual Valve Rack with 3 1 2 1 2 Valves and Instrumentation 3 1 2 1 3 Festo Solenoid Manifolds with Festo Remote I O 3 1 2 1 4 Filtrate Turbidimeters 3 1 2 1 5 Two 2 Filter Racks with 48 module spaces each 3 1 2 1 6 Ninety Six 96 Microfiltration modules One 1 Clean in Place CIP System consisting of A One 1 2 500 gallon HDPE Hot Water Cleaning Solution Tank 1 Tank Instrumentation 2 38 kW Immersion Heater 3 1 2 2 One 1 Clean in Place CIP Transfer Pump Skid 3 1 2 2 1 One 1 Clean in Place CIP Transfer Pump 3 1 2 2 2 Valves Instruments and Controls 3 1 2 3 One 1 Chemical Transfer System Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 10 3 1 2 3 1 3 1 2 3 2 Four 4 Duty Air Operated Double Diaphragm Transfer Pumps 1 per chemical Valves and Controls Master Control Panel con
17. and reverse filtration backwash tanks sufficient space is available to add two additional microfiltration skids in the existing building Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 14 Aria FIT Global Rosemount Component Selections Manufacturer Manufacturer s Part Number EA Tag s Functional Areas VALVE RACK amp RF 5555 Sensor 8711SSEO60U1NOD1DW Transmitter 8732EST2ZA1NODA1M4D1 ATTACHMENT 1 TO APPENDIX A SCOPE OF SERVICES FIT 1X01 DN150 67 FIT 9X01 Functional Area COMPRESSED AIR ifm Efector SD8001 w EVC002 Cable 2m 0 0 158 9 scfm FIT 6101A B Flow Indicators Rate Master RMB 82 SSV BPF AIT 8X01 AIT ifm Efector SR5900 SF6201 amp E40174 FS 5101 Analytical Instr uments Sensor 1720E Controller SC200 29768 00 Turbidimeter AIT 8X01 AIT 8X09 Sensor 660SC Controller SC200 29770 00 Laser Turbidimeter AIT 1X01 Functional Area CIP Rosemount Pressure Instru Analyzer 1056 01 22 32 AN with Cable GI 00 pH Sensor 3900VP 02 10 ORP Sensor 3900VP 02 12 15 ft Cable qty 2 23645 07 4 01 pH Buffer Sol n 9210012 9 18 pH Buffer Sol n 9210014 ORP Std Sol n R508 80Z ments and 23554 AIT 5101 5102 AE 5101 AE 5102 pH ORP Rosemount 2088G2S22A1M5DWKBQ4 PIT PT 1X01 PIT PT 1X02 Functional Area FEED
18. compressed air HV6114 S70 05 3 R R L HV10X3 HV6106A B SST valve for compressed air HV6107A B HV6115 S70 07 3 R R L SST valve for compressed air DN25 1 DN40 1 5 HV6120A B HV6127A B S70 08 3 R R L HV6117 HV6120A B SST valve for compressed air HV6121A B HV6122A B DN5O 2 Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrante Filters Page 16 with Pall Corporation ATTACHMENT 1 TO APPENDIX A SCOPE OF SERVICES Aria FIT Global Component Selections Automatic Backwashing Strainers Amiad_ SAF 5000 10 inch 300 micron S 3x01 Immersion Heaters MCP86T375 02 38 kW 23 W in2 H 5101 Tanks Disch tion Si Manufacturer s Part Number O Inch mm Tag s Centrifugal Pumps Air Driven Dual Diaphragm Pumps P90 P91 A pamesererrr ea E olenoid Manifolds esto Valve Rack CIP Skid W Xfer Pump O Re x lt O ms x lt esto lt S 9 3 ol vV m O Ilen Bradley CompactLogix Master Control Panel 15 inch Industrial PC Master Control Panel gnition Software Desktop PC and Monitor esktop PC Office Software nductive Automation Master Control Panel iw sla a Microsoft Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation PART 1 ATTACHMENT 2 to APPENDIX A SCOPE OF SERVICES MEMBRANE FILTRATION SYSTEM SPECIFIC
19. example by modifying operating and or cleaning protocol If Seller is not able to remedy the situation Seller will repair or replace those modules that do not perform if they are removed from service due to poor performance d If the membrane modules fail to perform as outlined after the first 36 months of the Module Warranty Period through the end of the Module Warranty Period Seller will be given the opportunity to remedy the situation for example by modifying operating and or cleaning protocol If Seller is not able to remedy the situation or repair the modules Seller will replace those modules at the following replacement price Replacement Module Price Seller s current module price of months from startup 120 months Or Replacement Module Price Seller s current module price of months from delivery 6 120 months e Seller is committed to continuous development of its filters and filter processes Should membrane technology improve for example via changes in the permeability or operating flux rates of the membranes Seller reserves the right to provide a suitable number of alternative membrane replacements during the term of our warranty and beyond f Seller s liability under this Limited Membrane Warranty is limited solely in Seller s discretion to replacing FOB original ship point repairing or issuing credit for products that become defective during the Module Warranty Period 3 Limited Warranty fo
20. of Services and Attachment 2 to Appendix A Scope of Services Membrane Filtration System Specifications Pall shall also supply and deliver manufacturers recommended spare parts for the microfiltration system as outlined in Attachment 3 to Appendix A Scope of Services List of Spare Parts Acceptance Criteria The system shall be accepted by the end user CBJ upon completion of all of the following 1 Complete system commissioning 2 Completion of operator training 3 Receipt of Final Approval to Operate from Alaska Department of Environmental Conservation Performance Bond A 100 Performance Bond will be required prior to award The bond must be in a form satisfactory to the CBJ The Performance Bond form is contained in Appendix D Warranty Pall Corporation shall provide a One Year Warranty for all equipment and hardware furnished for this project including freight and labor and a ten 10 year Membrane Module warranty of 3 years absolute and 7 years prorated Labor for routine replacement such as valves or seals is not included and is the responsibility of CBJ however field service labor for critical plant issues or failures is included under the 1 year warranty Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 7 Warranty period starts from the date of startup beneficial use to operate the facility Additional warranty is as outlined in A
21. pre filter Pressure transmitters for pre filter and membrane pressure differential measurement Temperature transmitter Filtrate backwash flow transmitter Modulating raw water level control valve on inlet to feed tank Module rack and associated piping Fully wired control panel with HMI and PLC to provide automation Fully automated Integrity Test Fully automated air scrub backwash system Semi automatic CIP Clean In Place system All piping valves wiring supports and associated equipment to provide a fully functional system Air compressor system Turbidimeters on skid EFM Enhanced Flux Maintenance Automated CIP Chemical Transfer CIP Neutralization System Uninterruptible Power Supply UPS Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 24 e Alarm Dialer e Modem PC for remote access and data trending 4 1 MEMBRANES A Microfiltration modules shall be of hollow fiber construction and configured for a normal filtration flow direction from outside the fiber through to the inside lumen of the fiber They shall be 0 1 micron rated high crystalline PVDF Polyvinylidenefluoride B Membranes and module shall be compatible with the following cleaning and treatment chemicals at the levels indicated Chemical Maximum Concentration NaOCl lt 5000 ppm NaOH lt 4 HNOs HCl H2SO lt 10 Cit
22. 5 2015 Installation start up testing commissioning and Alaska DEC Final Approval to Operate of the new membrane filtration system must be complete by October 1 2015 MICROFILTRATION SYSTEM GENERAL REQUIREMENTS 2 1 PERFORMANCE A The equipment provided shall be certified to achieve at least 5 5 log reduction of Giardia and Cryptosporidium cysts and oocysts at the specified maximum filtrate flow rate The equipment provided shall achieve filtrate turbidity values of 0 1 Nephelometric Turbidity Units NTU or less at least 95 of the time and less than 0 3 NTU 100 of the time at the specified maximum flow rate under normal circumstances Recovery The systems must operate with a recovery ratio of filtrate produced raw water used in excess of 95 for drinking water Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 21 2 2 EXPERIENCE A The MSS shall provide experienced and qualified personnel for all operator training Provide previous training history of personnel that will train CBJ operators Trainer shall have provided training for at least 5 other installations 2 3 FACTORY ACCEPTANCE TESTING FAT A MF system shall be fully tested prior to shipment The purpose of the testing is to assure that the system components will be fully functional when properly installed at the site The testing shall include 1 Instrument operation an
23. ADDENDUM TO THE CONTRACT for the Salmon Creek Water Filtration Plant ENGINEERING DEPARTMENT Contract No E1 5 224 ADDENDUM NO ONE CURRENT DEADLINE FOR BIDS June 25 2015 PREVIOUS ADDENDA NONE ISSUED BY City and Borough of Juneau ENGINEERING DEPARTMENT 155 South Seward Street Juneau Alaska 99801 DATE ADDENDUM ISSUED June 2 2015 The following items of the contract are modified as herein indicated All other items remain the same This addendum has been issued and is posted online Please refer to the CBJ Engineering Contracts Division webpage at http Awww juneau org engineering ftp contracts Contracts php PROJECT MANUAL Item No 1 Add Attachment No 1 Contract E15 065 Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation and Attachment No 2 Change Order No 1 to Contract E15 065 Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation These attachments were left out of the hard copy of the bid documents they were provided to the online version The two attachments are referred to in the Table of Contents and SECTION 13600 Membrane Filters By Conn com i Greg Smith Contract Administrator Total number of pages contained within this Addendum 56 Contract No RFP E15 065 Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters TABLE OF CONTENTS e Contract e Appendix A Scope of Services e
24. ATION OF DOCUMENTS All reports maps and other documents completed as a part of this Contract other than documents exclusively for internal use within the City shall carry a City notation or logo as directed by the City 19 PUBLICATION REPRODUCTION AND USE OF MATERIALS AND SOFTWARE The Consultant hereby grants to City Licensee a non exclusive non transferable royalty free license with the right to sublicense to use Consultant s documents drawings reports and data Consultant s Materials and software owned and provided by Consultant Consultants Software but only in connection with installation operation maintenance and regulatory approval of the equipment and components System purchased hereunder at the stated Project location and for the purpose defined by the Contract documents Such license does not extend to the re creation or duplication of the System in whole or in part Licensee shall not create derivative works from the Consultants Materials or Consultants Software Licensee acknowledges and agrees that there is no transfer of title or ownership of the Consultant s Materials or Consultant s Software Except as required by law or as required to facilitate System regulatory approval installation proper operation or maintenance Licensee agrees not to reproduce or distribute Consultant s Materials If Consultant s Materials are reproduced as authorized herein Licensee shall not remove any Consultant s copyright
25. ATIONS GENERAL 1 1 SUMMARY A This specification defines requirements for a membrane filtration system intended to remove particulate matter Giardia and Cryptosporidium cysts and oocysts for compliance with the US Environmental Protection Agency s Long Term 2 Enhanced Surface Water Treatment Rule and in accordance with the US Environmental Protection Agency s Membrane Filtration Guidance Manual This specification is intended to define requirements for an automated stand alone system Included with the system package provided by the Membrane System Supplier MSS will be all hardware controls instrumentation software programing pumps valves tanks and piping to allow for trouble free operation of the entire MF system with only occasional operator intervention The MSS is to provide complete systems for the following Filter Modules and Filter Racks Valve Racks Direct Integrity Test System Reverse Flush System Clean In Place System Chemical Neutralization System Air Compressor System and Master Control Hardware Software and Programming The MSS shall provide all information about the membrane filtration system necessary for the Alaska Department of Environmental Conservation to approve the system for use in complying with the requirements of the US Environmental Protection Agency s Long Term 2 Enhanced Surface Water Treatment Rule All wetted components shall be NSF 61 listed and shall comply with the requirements of
26. Appendix A Scope of Services Attachment 1 3 0 Scope of Services e Appendix A Scope of Services Attachment 2 Membrane Filtration System Specifications e Appendix A Scope of Services Attachment 3 List of Spare Parts e Appendix A Scope of Services Attachment 4 Warranty e Appendix A Scope of Services Attachment 5 Project Schedule e Appendix B Compensation e Appendix C Insurance e Appendix D Performance Bond e Appendix E State of Alaska department of Environmental Conservation State Drinking Water Loan Program e Appendix F Alaska Labor Standards Reporting and Prevailing Wage Rate Determination Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 1 Contract No RFP E15 065 Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters ENGINEERING DEPARTMENT This Agreement is entered into by and between the City and Borough of Juneau Alaska City and Pall Corporation whose address is 25 Harbor Park Drive Port Washington New York phone 516 484 5400 Consultant Witnesseth Whereas the City desires to engage the Consultant for the purpose of rendering certain professional services and Whereas the Consultant represents that it is in all respects licensed and qualified to perform such services Now Therefore the parties agree as follows 1 CONTRACTUAL RELATIONSHIP The parties intend that an indep
27. C or equal with necessary system requirements based on most recent PC technology 4 12 7 ALARM DIALER A An alarm dialer shall be provided to alert plant personnel of critical alarms by dialing a pre set list of phone numbers The system PLC will activate the alarm dialer when specific critical alarms occur The alarm dialer will notify the call recipient of the alarm information through a voice synthesized message and a user may Call in to receive a status The details are as follows Manufacturer RACO Model Guard IT 200GI 4 or Verbatin 300VSS 8C or equal Enclosure NEMA 4X 4 12 8 NEUTRALIZATION SYSTEM A A Neutralization System shall be provided to collect the CIP waste solutions and adjust the pH to an acceptable range before discharging to waste The system shall generally consists of an HDPE tank pump to mix solution in tank and discharge neutralized solution to waste level transmitter pH sampling port chemical addition for neutralization and a CIP Waste Collection and Transfer System to transfer the CIP chemical solutions from the modules to the Neutralization tank The system shall generally consists of the following actual sizing equipment must be determined based on the actual application Tank approx 4000 6000 gal HDPE with fittings size depends on site specific requirements Neutralization and Waste Discharge Pump Waste Collection and Transfer Sump includes HDPE tank and 0 5 HP Pump 115 VAC Level
28. O TAG FUSE 0 1AMP TYPE T 5X20MM WH012400 ooo o do eee O NO TAG FUSE 2AMP TYPE T 5X20MM WH012452 Oooo oo S S oe Y O NO TAG FUSE 0 5AMP TYPE T 5X20MM WH012482 AAA EN NO TAG FUSE 10AMP TYPE T 5X20MM WH012510 re O a O NOTAS rusearsawptvre tsxaoum woss J NO TAG FUSE 1AMP TYPE T 5X20MM WH012568 ooo E o o oe O RELAY CONTROL 6A 24VDC SLIMLINE SP NOTAS waorzoss P NOTAS enciosure uonrooorswren woer J NES PLC COMP ANALOG INPUT 8CHANNEL _WH023992 PEE ee eee Notae lpuccompanarocourpur echannet wiorswe o n O NOTAS puccommoureurmonecHan wwe J NOTAS eruernerswrrcnsronrswrcn wro NOTAG reccompemiennerwarciansrkn weosess Notae ne av controLioaszovacsumorot waosa POWER NOTAS surpry zaow izovacizevocroas wwoersss NOTAS enctosunerz uicrrineus wonen J PLC COMP COMPACTLOGIX PWR 1 NO TAG SPPLY 24VDC WH049430 Notae lrowensurpry ues ikvarzoacxizonc woese NOTAS eruicurrxruneriuonescent woso Jo NOTAS Puorucmraexameenere ceo wooo NOTAS puotucurvecwirerrt rer wmo Jo OTAG puc compacrioan 1789136 GPU ame waitooses PM A INS IRCUIT BREAKER 15A 1 NO TAG POLE 120 240VAC WH101783 IRCUIT BREAKER 20A 1 NO TAG POLE 120 240VAC WH101784 TE OIT EXOR 17 1 46 eB B W7 24VDC WI WH102488 WORK A SORE NO TAG DEVICE WH102616 So Recommended Sparos sses ooo o Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Mem
29. ON SYSTEM GENERAL REQUIREMENTS A This specification defines requirements for a membrane filtration system intended to remove particulate matter Giardia and Cryptosporidium cysts and oocysts for compliance with the US Environmental Protection Agency s Long Term 2 Enhanced Surface Water Treatment Rule At a minimum the proposed system shall be listed on the California Department of Public Health Alternative Filtration Technology Summary The membrane filtration system shall have had its cryptosporidium log removal value established under the requirements of the US Environmental Protection Agency s challenge testing requirements in 40 CFR 141 719 and the US Environmental Protection Agency s Membrane Filtration Guidance Manual The membrane filtration system shall consist of a least two units and be capable of treating a nominal capacity of 1 600 gpm and produce a minimum of 2 0 MGD of treated water The equipment provided shall be certified to provide at least 5 5 log reduction of cryptosporidium and giardia cysts and oocysts as defined in Paragraph C above The equipment shall achieve filtrate turbidity values of 0 1 nephelometric turbidity units NTU or less greater than 95 of the time and 0 3 NTU or less 100 of the time Raw water quality Turbidity 0 2 NTU 15 NTU Temperature 0 5 C 10 C Iron 0 04 mg l Manganese non detect ap Ne Contract No E15 065 for Supply and Installation Assistance Salmon Cre
30. OROUGH OF JU AU Contract No RFP E19 065 shy ALASKAS CAPITAL CITY VEE eer ete ee Engineering Department Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters Pall Corporation CIP No Purchase Order No _______z__ gt PAC 414900101 750440130 Date 3 19 15 Item No Item Description Measure Unit Cost Quanti Decrease No 1 CO 1 RF Pump and Tank Additional 44 280 00 Increase Change Order 1 to add equipment to the filtration package CBJ will transfer this contractual relationship to the General Contractor for the project after award of the construction bid TOTAL Increase Decrease in Contract 44 280 Amount Days added subtracted by previous change order None Days added subtracted for this change order Revised Contract Completion Date This document is an amendment to the contract and all provisions of the contract shall apply hereto 9 d Accepted by the Contractor Ka Cr gt amp r ena ew be 7 Adi LIS a Yf lers Name Contractor s Title Date Po ProjectManager ARRUA A 523o _____Client Department Representative W 4 4 C ChiefCIP Architect Engineer_ ___ JIZ A G Engineering Contract Administrator gt a lt p gt IS O FundingAvailablel 1 2 Approved by CBJ City Borough Manager 271 Kimberly A Kiefer Date Page 1 of 2
31. ackage e 10 Upon Approval of Submittals and Receipt of ADEC Plan Review Approval of the Membrane Filtration System provided Notice to Proceed has been issued for General Construction Contract e 25 Upon Notice to Commence Fabrication of Equipment e 40 Upon Successful delivery of Membrane Filtration System to Juneau project site e 10 Upon Successful Complete Installation Start Up Testing Operator Training and Beneficial Use of the Membrane Filtration system e 5 Upon receipt of final Approval to Operate from Alaska Department of Environmental Conservation or 45 days from start of Beneficial Use if Pall has supplied all documentation etc required by ADEC to grant final Approval to Operate whichever is soonest Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 47 APPENDIX C INSURANCE REQUIREMENTS The following insurance requirement would be required of the MSS should an agreement between the MSS and General Contractor for on site services beyond that of a normal material supplier These requirements will not be required of the MSS for execution of the professional services contract between the CBJ and the MSS The MSS must provide certification of proper insurance coverage or binder to the City and Borough of Juneau The certificate of insurance supplied to the City shall state that the City is named as Additional Insured for any and all work performed
32. al procedures i e CIP procedures and allow true manual operation of the system by allowing the user to position individual valves and control pumps In addition to the graphical OIT the enclosure door shall contain the following devices each containing a UL mark e Pilot light to indicate a general alarm condition e Pilot light to indicate that instrumentation voltage is present Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 31 e Lighted QUICK stop pushbutton lit when the Q stop is engaged e Circuit breaker disconnect door latch C OIT shall be Allen Bradley PanelView Plus 6 700 7 Diagonal model or equal Software shall be FactoryTalk View ME or equal 4 6 3 PROGRAMMABLE LOGIC CONTROLLER A Mounted within the enclosure shall be the system s main controller This shall be a commercially available programmable logic controller with sufficient I O to automatically control the system s valves send signals to operate the system s pumps and receive input from the instruments included with the system Provision shall be made for receiving input from the customer s instruments allowing the system to accept signals from upstream or downstream equipment so that the system can be automatically stopped started or production rate changed based on the availability of feed water or filtrate storage space B The control system shall incl
33. ane Filters with Pall Corporation Page 20 1 4 SUBMITTALS A Submit within forty five 45 days of receipt of notice to proceed complete drawings showing the overall dimensions and elevations including anchoring baseplate dimensions equipment pad sizes and center lines piping and wiring interface points and the location of equipment required to be accessed during normal operation of the system Unless otherwise specified these drawings are to be provided for information Coordinate equipment layout with Owner Provide submittals on all equipment items piping valves fittings pumps tanks sensors and other such items necessary for receiving plan approval from the Owner and from the Alaska Department of Environmental Conservation Submit an Installation Operation and Maintenance IOM manual with the equipment The IOM shall be printed in black and white onto 20 lb copy paper and placed in a sturdy 3 ring binder with tabulated index and clear plastic pockets for drawings Format for supply is three hard copy and six 6 electronic copies on separate labeled CD s These shall include a system functional description detailed component information provided electronically on a submittal CD and a recommended replacement parts list 1 5 COMPLETION TIME PART 2 Submittals as detailed above 45 days from notice to proceed New Membrane Filtration System must be in Juneau Alaska ready for installation no later than July 1
34. ane modules Throttling valve position Pressure switch for low air pressure Module regeneration air flow rate All analog instrumentation shall use 24VDC 4 20 mA output An alarm will sound if the system detects a transmitter failure Local display of the following shall be included either as integrated into the transmitter or as individual indicators for the following Feed tank level Reverse filtration tank level Pre filter inlet pressure Pre filter outlet module feed pressure Filtrate outlet pressure Filtrate flow rate Instrument air pressure for valve actuation Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 27 e Instrument air pressure for module regeneration e Module regeneration air flow rate D On skid instrumentation e Hach 660 Laser Nephelometers or equal 4 4 1 LEVEL TRANSMITTERS A Tank level transmitters provide accurate indication of tank level using a pressure measurement of the head in the tank Wetted components shall be 316L stainless steel Electronics shall be Factory Mutual FM approved and Local LCD display provided B Calibration shall be performed with the use of a Hart Communicator C Level transmitter shall be Rosemount Pressure Indicating Transmitter 0 30 PSI Model 2088G1S22A1M5 or equal 4 4 2 PRESSURE TRANSMITTERS A Pressure transmitters shall be FM approved with 316L stainless steel wetted c
35. brane Filters with Pall Corporation Page 42 ATTACHMENT 4 to APPENDIX A SCOPE OF SERVICES WARRENTY PALL WARRANTY FOR HARDWARE MODULES AND SERVICES A Seller warrants to Buyer that the title to the goods conveyed shall be proper its transfer rightful and free from any security interest lien or other encumbrance upon delivery Seller shall defend indemnify and hold Buyer harmless against any liens claims or demands to the extent caused by a breach of the foregoing warranty B Limited Warranties 1 Limited Hardware Warranty Seller warrants to Buyer that for a period of twelve months commencing from the date of start up or eighteen months from time of delivery from Seller whichever is sooner the Warranty Period that the goods manufactured by Seller when properly installed and maintained and operated at ratings specifications and design conditions specified by Seller will meet Seller s specifications for such goods and will be free from material defects in material and workmanship this Limited Warranty If the defects are of such type and nature as to be covered by this Limited Warranty Seller shall at its option and in its sole discretion either a accept return of the defective goods and furnish a replacement goods or b furnish replacement parts for the defective goods or c repair the defective goods or d accept return of the defective goods and return payments made or issue credits for suc
36. cals such as sodium hypochlorite organic acids potassium Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 26 permanganate chlorine dioxide and sodium hydroxide Tank capacity shall be located off skid with interconnecting piping provided by supplier but installed by others 4 3 2 REVERSE FILTRATION RF TANK A A closed tank shall be included to collect clean filtered water to be used for backwash of the membranes The RF tank shall be equipped with level instrumentation and an on off valve to prevent overflow in normal operation The RF Tank shall be fully enclosed to prevent contamination It shall be vented through a filter assembly with removable cartridges rated at 10 microns absolute The RF tank shall be constructed of HDPE and be compatible with CIP water treatment chemicals such as sodium hypochlorite organic acids potassium permanganate chlorine dioxide and sodium hydroxide Tank capacity shall be located off skid with interconnecting piping provided by supplier but installed by others 4 4 INSTRUMENTATION A The MF unit shall include at a minimum the following instruments to monitor and report to the control system Feed tank level Reverse filtration tank level Pre filter inlet pressure Pre filter outlet module feed pressure Filtrate outlet pressure Water temperature near the module Filtrate flow rate exiting the membr
37. corrosive or chemically damaging conditions were disclosed by Buyer in the contract documents and the contract documents required the goods to withstand such conditions or 3 use in a manner contrary to Seller s written instructions for installation operation and maintenance or negligence of persons other than Seller or 4 normal wear and tear under normal usage or 5 operation of the equipment at pressures during forward flow air scour and reverse flow modes higher than those recommended in the O8M Manual or 6 foreign debris casualty or accident In no event shall Seller be liable for any goods repaired or altered by someone other than Seller other than pursuant to written authorization by Seller D Buyer shall promptly notify Seller of any breach of Seller s warranties within the applicable Warranty Period and provide Seller with an opportunity to inspect and test the goods or services claimed to fail to meet the above Limited Warranties Buyer shall provide Seller with a copy of the original invoice for the product or service and prepay all freight charges to return any goods or parts thereof to Seller s factory or other facility designated by Seller All claims must be accompanied by full particulars including operating conditions if applicable If Seller determines that any warranty claim is not in fact covered by the foregoing Limited Warranties Buyer shall pay Seller its then customary charges for any additionally required
38. ctrical signals from the control system Solenoid valves shall be block mounted Manual actuation capability is available so that the system s normally automated valves can be controlled in the event that the main system controller fails Each automated valve without a spring return actuator shall include two 2 variable port valves that can be set to choke airflow to the actuators allowing adjustment of opening and closing valve speed Tubing to deliver air to actuators shall be polyurethane Level Control valve shall be 6 Tyco Keystone 222LT Lug Style Butterfly or equal Actuator shall be Keystone Morin 79U Spring Return Pneumatic Rack and Pinion or equal Positioner shall be manufactured by SMC or equal Actuated valves shall be Tyco Keystone 222LT Lug Style Butterfly or equal Spring return actuator shall be Keystone Morin 79U Spring Return Pneumatic Rack and Pinion or equal Dual Acting actuator shall be Keystone Morin 79U Dual Acting Pneumatic Rack and Pinion or equal Solenoid valves shall be manufactured by Festo or equal 4 5 2 MANUAL VALVES A Manual valves for on off service shall be ball or butterfly type For throttling service manual valves shall lock in place to prevent position changes without manual intervention Water and Low Pressure Air lt 50psi 1 Butterfly valves shall be Tyco Keystone 222LT Lug Style Butterfly or equal Body shall be cast iron Disc and stem shall be 316 SS Seat shall b
39. d calibration verification of on skid equipment Check operation of all on skid pumps valves strainer etc Process testing including running water through the system to verify the various operations and check for leaks 4 Verify that equipment supplied matches approved Process and Instrumentation Diagrams P amp ID and electrical drawing 5 Verify alarms and alarm display 6 Verify that the system programming follows the System Functional Description PART 3 OPERATIONS 3 1 FULLY AUTOMATED PROCESSES A 3 1 1 A FILTRATION The MF system shall include all equipment and controls for automated operation of the system in the following modes 1 Filtration 2 Regeneration Flux Maintenance 3 Integrity Test The filtration mode is the normal mode of operation The filtration mode shall allow the operator to preset the desired flow rate for clean water production The system will automatically adjust the pump speed of the Owner furnished pumps to deliver this rate of water from the system The system control shall also be configured to vary production rate based on the availability of raw water upstream of the system or run to maintain a level in the Salmon Creek Water Storage Reservoir Owner will provide a 4 20 mA signal of the reservoir level for control purposes If the system is empty the system will perform an Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filte
40. d this Contract shall supersede all previous communications representations or agreements either oral or written between the parties 10 CHANGES The City may from time to time require changes in the scope of services to be performed under this Contract Such changes including any increase or decrease in the amount of the Consultant s compensation must be mutually agreed upon in writing before they will be regarded as part of this Contract 11 EQUAL EMPLOYMENT OPPORTUNITY The Consultant will not discriminate against any employee or applicant for employment because of race color religion sex or national origin 12 CONFLICTS OF INTEREST Consultant agrees that no employee of the City who has exercised or will exercise any authority over the specifications procurement supervision or payment for this Contract and no member of the employee s immediate family has had or will have any direct or indirect financial interest in this Contract If the Consultant learns of any such Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 3 interest the Consultant shall without delay inform the City Attorney or one of the officers specified in Paragraph 5 13 ETHICS Consultant shall discharge its duties fairly impartially and maintain a standard of conduct that competently serves the City and the interests of the City Consultant shall at all times exercise unbia
41. e EPDM Food Grade 2 Ball valves greater than or equal to 1 inch shall be Spears 3629 Socket Weld or equal Ball valves less than 1 inch shall be Spears 1529 or equal Threaded Globe valves shall be Trueline N 651 200 PSI Stainless Threaded 316 SS or equal 5 Water check valves shall be Spears Butterfly Check 542G 060 PVC Body or equal 6 Air check valves shall be Conbroco SST Ball Check APOLLO 62 107 01 or equal High Pressure Air valves shall be Numatics VL40N12YA w Muffler Lockout Capable or equal Control Air pressure regulators shall be Monnier Model FR22 Coalescing Filter Regulator w gauge or equal Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 30 E Process regulator shall be Cashco DL Series or equal 4 6 CONTROL SYSTEM A 4 6 1 A B The control system shall be capable of operating the system automatically with a minimum of operator intervention In automatic mode the system shall monitor the instrument readings and adjust the system s operation based on those readings in accordance with the preprogrammed logic The control system shall alarm operators of abnormal conditions and provide an interface so that an operator can manually operate the system Programmable Logic Controllers The MSS shall provide a control system capable of multiple skid control initially 2 skids with future expansion up to 4 sk
42. ed with the work The OWNER may prosecute the work to completion by contract or otherwise and the CONTRACTOR and sureties will be held liable to the OWNER for excess costs for completing the WORK Section 2 ch 52 SLA 1959 Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 52 C Listing Contractor s Who Violate Contracts AS 36 05 090 In addition a list giving the names of persons who have disregarded the rights of their employees shall be distributed to all departments of State government and all political subdivisions No person appearing on this list and no firm corporation partnership or association in which the person has an interest may work as a CONTRACTOR or Subcontractor on a public construction contract for the State or a political subdivision of the state until three years after the date of publication of the list Section 3 ch 52 SLA 1959 am Section 9 ch 142 SLA EMPLOYMENT REFERENCE Workers employed in the execution of the contract by the CONTRACTOR or by any Subcontractor under this contract shall not be required or permitted to labor more than 8 hours a day or 40 hours per week in violation of the provisions of the Alaska Wage and Hour Act Section 23 10 060 Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 53 CONTRACT CHA ORDER NO 1 CITY B
43. ek Water Plant Membrane Filters with Pall Corporation Page 19 5 pH 7 0 pH 6 TOC 0 5 mg l to 0 65 mg l 7 Calcium Hardness as CaCO 25 mg l H Pump motors shall be 480 v 3 phase 60 hz motors 1 3 ACCEPTABLE MANUFACTURERS A The manufacturer of the microfiltration MF system shall have at least 10 years experience supplying hollow fiber filtration systems and demonstrate that employees have the knowledge to provide the infrastructure to fully support the system after installation of the equipment This includes the ability to offer the following services 1 Telephone support during normal business hours in the time zone where the support services are located 2 Start up commissioning assistance a Installation oversight check out b Commissioning the system E Operator Training 3 On demand services a Process equipment troubleshooting and repair 4 Service Contracts a 24 hour each day telephone support b Maintenance Contracts Equipment and Clean In Place procedures c Remote or on site occasional system status monitoring d Operations contracts e On site service for equipment process troubleshooting and repair 5 Extended warranty coverage B The acceptable manufacturer shall be currently certified as a supplier to meet quality standards as defined by International Standards Organization ISO standard 9001 Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membr
44. endent Consultant City relationship will be created by this Contract City is interested only in the results to be achieved and the conduct and control of the work will lie solely with the Consultant Consultant is not considered to be an agent or employee of City for any purpose and the employees of Consultant are not entitled to any benefits that City provides for City s employees It is understood that the City does not agree to use the Consultant exclusively It is further understood that the Consultant is free to contract for similar services to be performed for others while it is under contract with the City 2 SCOPE OF SERVICE The Consultant shall carry out in a professional and prudent manner all of the services required by the Contract These services include all of the services described in RFP Documents Consultant will diligently proceed with the Scope of Services and will provide such services in a timely manner 3 PERSONNEL EQUIPMENT SUPPLIES AND LICENSES A Except as noted in RFP Documents the Consultant represents that it has or will secure at its own expense all personnel equipment and supplies required in performing the services under this Contract B All of the services required hereunder will be performed by the Consultant or under its supervision C None of the work or services covered by this Contract shall be subcontracted without prior written approval of the Contract Administrator D Consultant warra
45. es and Labor Site Field Service On Site Field Service A Fourteen 14 10 hour days are included in Pall Scope of Supply for commissioning of the MF System B Two 2 8 hour days are included in Pall Scope of Supply for training the Owner s operators C Additional services may be may be added if needed at Pall s standard rate of 165 hr USD plus travel and expenses 3 1 5 Supply by Others A Pressurized Raw Water Supply 1810 gpm maximum instantaneous flow at 50 psig B Pressurized 384 gpm at 30 psig Potable Water supply for MF System Backwashing All necessary infrastructure All installation All necessary permits All interconnecting piping between skids All chemicals and chemical storage Anchor Bolts Gy om OO 3 1 6 Feed Fluid Characteristics The MF units will be supplied with raw water from Salmon Creek The anticipated MF Feed water quality is shown in the following table Inst Daily Inst Stated or Parameter Min Avg Max Unit Assumed Notes Algae 0 Algae 50mL Alkalinity ppm as CaCO Aluminum Total AI ppm Barium Ba ppm Calcium Total Ca 25 ppm as Stated CaCO Chloride CI ppm Copper Total Cu ppm Dissolved Organic Carbon ppm DOC Fats Oils Grease FOG 0 ppm Assumed Hardness Total ppm as CaCO Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation
46. for the City amp Borough of Juneau The Additional Insured requirement does not apply to Professional Liability and Workers Compensation insurance Should any of the above described policies be cancelled before the expiration date thereof notice will be delivered in accordance with the policy provisions The City no longer requires certificates of insurance referencing project names and contract numbers Proof of the following insurance is required before award Commercial General Liability Insurance The MSS must maintain Commercial General Liability Insurance in an amount it deems reasonably sufficient to cover any suit that may be brought against the MSS This amount must be at least one million dollars 1 000 000 00 per occurrence and two million dollars 2 000 000 00 aggregate Professional Liability Insurance The MSS must maintain Professional Liability Insurance in an amount not less than one million dollars 1 000 000 00 aggregate to protect the MSS from any claims or damages for any error omission or negligent act of the MSS the MSS s firm and employees This requirement applies to the MSS s firm the MSS s subcontractors and assignees and anyone directly or indirectly employed to perform work under this contract Workers Compensation Insurance The MSS must maintain Workers Compensation Insurance to protect the MSS from any claims or damages for any personal injury or death which may arise from services performed under this c
47. free standing warm water tank The chemical pump is mounted on a plate and shipped loose so that it can be located directly on a chemical drum or tote Equipment used for the CHN skid shall be as follows Tank vertical round style HDPE tank manufactured by Snyder or equal Tank heater shall be Hubbell V1645T4XX circulation heater or equal Material shall be 304 L SS C Warm water transfer pump capable of providing the desired flow rate and pressure d Solenoid Valves shall be 5 2 way and 3 2 way as manufactured by Festo or equal e Flow switch shall be Harwill paddle style with socket weld PVC or equal f Chemical transfer pumps shall be diaghram air operated Pumps shall produce the desired flow rate and pressure with an air consumption of 5 SCFM max g Actuated valves shall be Tyco Keystone 222LT Lug Style Butterfly with cast iron body 316 SS disc and stem and EPDM Food Grade Seat or equal Spring return actuator shall be Keystone Morin 79U Spring Return Pneumatic Rack and Pinion Dual Acting actuator shall be Keystone Morin 79U Dual Acting Pneumatic Rack and Pinion or equal h Manual Valves a Ball valves shall be Spears 3629 socket weld with PVC body and EPDM gaskets or equal b Gate valve shall be Spears 2022 socket weld with PVC body and EPDM O ring or equal i Check Valves Butterfly valves shall be Spears 542G 020 PVC or equal 2 in b Poppet valves shall be FLO 1790 C20 PVC or equal 2 in j Level
48. h defective goods 2 Limited Module Warranty 10 YEAR 3 YEAR ABSOLUTE AND 7 YEARS PRO RATED a In addition to the foregoing for a period of 120 months commencing from the date of the startup or 126 months from the date of delivery from Seller the Module Warranty Period whichever is sooner Seller warrants that the membrane modules when properly installed and maintained and operated at ratings specifications and design conditions will be free from defects in material and workmanship In addition Seller warrants satisfactory performance of each membrane module based on the microfilter system s ability to support design flow rates and the membrane modules passing the Seller s standard integrity test b Owner and Seller will work together to optimize the specific operating protocol to be used including number of racks on line flow rates per rack cleaning technique and cleaning set points with the goal of achieving excellent long term performance Any change in operating conditions water chemistry or the nature of the contaminants will require a review to determine the potential for impact on this warranty Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 43 c If the membrane modules fail to perform as outlined during the first 36 months of the Module Warranty Period Seller will be given the opportunity to remedy the situation for
49. ids the ControlLogix PLC processor or equal will be used in the master control panel with a Festo CPX I O manifold or equal on each skid CONTROL ENCLOSURE The MF system shall have a main control panel The control panel shall be NEMA 4 rating and be designed and constructed per the National Electrical Code NFPA 70 and NFPA 79 The main control enclosure shall be constructed of carbon steel and shall be commercial grit blasted to SSPC SP10 primed with one coat of aromatic urethane zinc rich primer 2 5 3 5 mils DFT followed by 4 5 mil DFT finish coat of Tnemec Endurashield series 73 11sf safety blue applied in two passes with partial drying between passes equals one high build coat Total coating system primer plush finish is 7 0 mil DFT minimum Approved supplier shall be Hoffman or equal 4 6 2 OPERATOR INTERFACE TERMINAL OIT A The main control enclosure shall incorporate a graphical operator interface with a diagonal display length of 7 inches The operator interface shall be programmed to display the system in line drawing form to allow clear visual confirmation of the system status This interface shall allow the system to be started and stopped in automatic mode display process variables and alarms allow the user to adjust system set points silence acknowledge alarms manually initiate automated processes i e filtration regeneration integrity test etc prompt the user in a step by step fashion during manu
50. ilure If a failure occurs the operator shall be able to easily and quickly identify the defective module without special equipment that requires every module to be individually tested such as sonic testing or requiring the module to be removed from the system Typical repair of a defective module shall not require full removal of the module from the system and the defective module shall be capable of being repaired and returned to service in 30 minutes or less If removal of a module is required the module space shall be capable of being easily blanked off and allow the system to be returned to service using the remainder of the modules 3 1 4 SEMI AUTOMATED PROCEDURES A CHEMICAL CLEAN IN PLACE CIP SYSTEM 1 The system shall automatically notify the operator for the need to chemically clean the membranes based on an increase in trans membrane pressure or at a preset duration since the last CIP was performed whichever occurs first The CIP process will be a semi automated process requiring the operator to perform certain operations but the process will be primarily automated The MF system controller shall guide the operator through a detailed sequence of steps to assure that the CIP is properly performed The actions that an operator is expected to take during this procedure are as follows Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 23
51. itter failure 4 7 6 QUICK STOP A Once the Q stop pushbutton is pressed located on the control panel door all pumps on the MF skid shall stop and the system s inlet outlet and drain valves shall close The system will not be able to operate again until the operator disengages the Q stop button Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 33 4 7 7 CONTROL ENCLOSURE WIRING A The main control panel shall be completely wired at the factory Control enclosures shall be designed and constructed in accordance with UL 508A and only by manufacturer s capable of listing equipment to UL 508A All components within the control enclosure shall contain a UL mark and have termination points that are finger safe Power brought to the cabinet in the specified voltage only needs to be terminated at a circuit breaker disconnect switch that is interlocked to the enclosure door A power supply shall be provided to convert the base voltage of the system to alternate voltages that may be required by components on the skid 120VAC 24VDC etc A surge suppressor shall be included in the main enclosure to protect the power supply the PLC and I O modules and the skid mounted valves and instruments from power surges Wiring within the panel shall be routed through plastic wire ways for neatness and organization Where feasible conductors for high 120 VAC
52. l DFT 4 5 mil DFT finish coat of Tnemec Endurashield series 73 11sf safety blue shall be applied in two passes with partial drying between passes equals one high build coat The frame has legs with steel base plates for anchoring to a foundation by others using anchor bolts nuts by others 4 12 EQUIPMENT OPTIONS 4 12 1 CHEMICAL HOT WATER NEUTRALIZATION CHN SKID A A CHN Chemical Hot water Neutralization system shall be provided This system provides the following Warm water for CIP Clean In Place operations Provides EFM Enhanced Flux Maintenance capability Provides capability for automatic injection of CIP chemicals if an automated CIP injection option is purchased 4 Provides capability for automatic injection of chemicals to neutralize the CIP waste Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 35 This system generally includes a tank with an immersion heater level control and temperature transmitter a supply pump to transfer the water to the system feed recirculation tank air driven diaphragm chemical pump solenoids control panel to control the operation and communicate with the AP or master control system and the various valves injection ports piping and wiring required The supply pump valving injection ports control panel etc are skid mounted with interconnect piping included to connect to the
53. lant Membrane Filters with Pall Corporation Page 32 4 6 4 NETWORK ACCESS A The MF system shall include an Ethernet connection port for connecting the system to the existing City and Borough of Juneau water system SCADA A PC based SCADA option shall be provided This option allows 1 Enhanced capability for control and or display of customer equipment 2 Remote access to PLC through pcAnywhere software Allows capability for remote troubleshooting and operation of the system 3 Data reporting using Microsoft Excel 4 Equipment Specifications a A Dell PC or equal with necessary system requirements based on most recent PC technology b Software Rockwell FactoryTalk View SE 4 7 5 ALARMS A Alarm conditions shall be displayed and acknowledged at the main OIT An alarm condition shall also cause the alarm pilot light to be lit and an audible horn mounted on the control panel shall sound Controls shall be included to allow the operator to silence the horn but the alarm will continue to be visually displayed until the alarm is corrected acknowledged B The following alarm conditions are included as a minimum Q stop Feed Pump Fault RF Pump Fault Lack of feed fluid filtrate storage Low Air Pressure Integrity Test Failure Low high RF tank level High Low feed tank level CIP required high Transmembrane Pressure High turbidity High low water temperature Level pressure flow temperature transm
54. m well and truly to be made we bind ourselves our heirs executors administrators and successors jointly and severally firmly by these presents THE CONDITION OF THIS OBLIGATION is such that whereas the CONTRACTOR has entered into a certain contract with the OWNER the effective date of which is a copy of which is hereto attached and made a part hereof for NOW THEREFORE if the Principal shall truly and faithfully perform its duties all the undertakings covenants terms conditions and agreements of said contract during the original term thereof and any extensions thereof which may be granted by the OWNER with or without notice to the Surety and if it shall satisfy all claims and demands incurred under such contract and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void otherwise to remain in full force and effect PROVIDED FURTHER that the said Surety for value received hereby stipulates and agrees that no change extension of time alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond and it does hereby waive notice of any such change extension of time alteration o
55. markings nor remove ownership markings of Consultant Licensee further agrees not to translate reverse engineer decode alter modify copy distribute or reproduce Consultant s Software unless authorized in writing by Consultant Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 4 20 RECORDS During performance and after termination of this Contract each party shall make available to the other party for inspection and copying all records excluding financial information relative to the project 21 INSURANCE REQUIREMENTS Contractor has secured and agrees to keep and maintain in full force and effect at its own expense the insurance approved by CBJ Risk Management as outlined in Appendix C All insurance required under this contract shall name the CBJ as an additional insured except with respect to any required Professional Liability or Workers Compensation policies At least 30 days prior to the cancellation non renewal or reduction in the amount of coverage Contractor shall provide written notice to the CBJ s Risk Management The Contractor s insurance shall be primary and any insurance maintained by the CBJ shall be non contributory If the Contractor maintains higher limits than shown below the CBJ shall be entitled to coverage for the higher limits maintained by the Contractor Failure of CBJ to demand such certificate or other evidence of full compliance
56. nt of the Consolidated Appropriations Act of 2014 Public Law 113 76 Documentation of the requirements for the AIS are provided on the ADEC Municipal Loans website http dec alaska gov wateR muniloan forms htm While water filtration equipment is exempt from the AIS this information is provided in the event that an agreement is formed between the MSS and General Contractor to supply products beyond water filtration equipment that would be regulated under the AIS The CBJ intends to use the STEP process referenced within the AIS documentation The documents will be included in the bid documents construction contract for the Salmon Creek water filtration Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 51 APPENDIX F ALASKA LABOR STANDARDS REPORTING AND PREVAILING WAGE RATE DETERMINATION The following Alaska Labor Standards reporting and prevailing wage rate determination requirements would be required of the MSS should an agreement between the MSS and General Contractor for on site services beyond that of a normal material supplier These requirements will not be required of the MSS for execution of the professional services contract between the CBJ and the MSS 1 CERTIFIED PAYROLLS A All CONTRACTORs or Subcontractor who perform work on a public construction contract for the OWNER shall file a certified payroll with the Alaska Department of Lab
57. ntract the City shall have the right to terminate this Contract by giving written notice to the Consultant of such termination and specifying the effective date thereof provided the defaulting party is given at least 30 days to cure In that event all finished or unfinished documents or other data in whatever form prepared by the Consultant under this Contract shall at the option of the City become its property and the Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and materials not to exceed the Contract amount 8 TERMINATION FOR CONVENIENCE OF CITY The City may terminate this Contract at any time by giving written notice to the Consultant of such termination and specifying the effective date thereof at least thirty days before the effective day of such termination In that event all finished or unfinished documents and other materials as described in paragraph 7 above shall at the option of the City become its property and the Consultant will be paid for all costs incurred up to and until the termination date plus overhead and a reasonable profit 9 CONTRACT AGREEMENT All parties mutually agreed to the terms of this Contract The Contract should not be construed in favor of or against any party This Contract contains the entire agreement between the parties there are no other promises terms conditions or obligations other than those contained herein an
58. nts that it is fully licensed under all applicable local state and federal laws to perform the services to be provided hereunder Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 2 4 TIME OF PERFORMANCE The services of the Consultant are to commence after the execution of the Contract and issuance of Notice to Proceed All work shall be completed no later than the time specified in RFP Documents Amendment to this Contract may be made upon mutual written agreement prior to the contract expiration date 5 REPORTING Except as authorized within RFP Documents the City s primary representative for this Contract shall be Alan Steffert P E The City Manager shall be an alternate representative The City shall not be liable for Consultant s expenses incurred in reliance on directions received from any other municipal officer or employee The Consultant s representative shall be Terry Cowley 6 COMPENSATION The City agrees to pay the Consultant according to the schedule attached as Appendix B The Consultant s estimated fee schedule is attached to Appendix B 7 TERMINATION OF CONTRACT FOR CAUSE If through any cause except causes beyond the control of the Consultant the Consultant shall fail to fulfill in a timely and proper manner its obligations under this Contract or if the Consultant shall violate any of the covenants agreements or stipulations of this Co
59. of the membranes The MSS shall furnish a signal to the VFDs to control pump speed and flow rate 4 2 2 CLEAN IN PLACE CIP FEED PUMP ASSEMBLY A MF system shall be supplied with an on board centrifugal pump assembly to feed the CIP solution to the membrane modules The pump shall provide the specified rate of flow at the required pressure Pumps shall have 480 v 3 phase 60 hz motors 4 2 3 REVERSE FILTRATION RF PUMP ASSEMBLY A 4 3 TANKS For backwash of the membranes the system shall include an on skid centrifugal pump assembly to deliver filtrate from the RF tank in the reverse direction to the membrane modules The pump shall provide the specified rate of flow at the required pressure Pumps shall have 480 v 3 phase 60 hz motors The RF pump assembly shall be driven by the variable frequency drive VFD so that the proper flow to backwash the membranes can be maintained even if the number of modules changes The VFD shall be mounted on the MF skid in a NEMA 4X enclosure 4 3 1 CIP TANK A B The MF system shall include a CIP tank The CIP tank shall serve the purpose of a recycle tank for chemical clean in place CIP solutions The tank shall be equipped with a manway located on the top of the tank The CIP tank shall be equipped with level instrumentation and a modulating control valve sized to control tank level The CIP tank shall be constructed of HDPE and be compatible with ClP water treatment chemi
60. omponents B Calibration shall be performed with the use of a Hart Communicator E Pressure transmitter shall be Rosemount Pressure Indicating Transmitter 0 150 PSI Model 2088G2522A1M3 or equal 4 4 3 FLOW TRANSMITTERS A Flow transmitters shall be magnetic type with PTFE lined wetted components and 316L SST electrodes Electronics shall be FM approved Transmitter Specifications Manufacturer Rosemount or equal Model 8711TSEO60U1NODW Flow Tube w 8732CT03NOM4 Transmitter Flow Tube Specs 6 Wafer Type Liner Teflon Integral mount to 8732C Transmitter Electrodes Two 316LSST one ground Transmitter 5 30V DC Power Enclosure NEMA 4X CSA Type 4X Integral Mount Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 28 4 44 TEMPERATURE TRANSMITTERS A B C The temperature transmitter is used to protect the membranes from high temperature maximum temperature entering membrane 104 deg F and to monitor CIP EFM temperature to assure proper cleaning Temperature transmitter shall be RTD type with thermowell constructed of 316 SS Approved supplier shall be Rosemount Model 0068w 144 Transmitter or equal 4 45 PRESSURE GUAGES A B Pressure Gauges shall be bourdon tube type with a liquid filled 2 Y diameter dial display Tube socket and case materials shall be 316 SST Readout in both PSI and kPa Approved sup
61. on Creek Water Plant Membrane Filters with Pall Corporation Page 13 Raw Water Feed Pumps The Owner will supply the required feed water flow and pressure to the Microfiltration Skids This may require new raw water feed pumps and VFD s Pall will control the operation of the raw water feed pumps to meet the Microfiltration System requirements Microfiltration System Feed Tanks By supplying a direct pressurized feed to the Microfiltration Skids the need for feed tanks is eliminated resulting in reduced equipment footprint Microfiltration Skid Feed Recirculation Pumps By supplying a direct pressurized feed to the Microfiltration Skids the need for on skid feed pumps is eliminated Reverse Filtration Backwash Pressurized Water Supply The Owner will provide a supply of pressurized potable water from the Distribution system for backwashing the microfiltration membranes and to provide potable water for the EFM CIP Cleaning System Reverse Filtration Backwash Tanks By providing a supply of pressurized potable water from the Distribution system for backwashing the need for reverse filtration backwash tanks is eliminated resulting in reduced equipment footprint Microfiltration Skid Reverse Filtration Backwash Pumps By providing a supply of pressurized potable water from the Distribution system for backwashing the need for reverse filtration backwash pumps is eliminated Expansion Capability By removing the feed
62. on precedent to Consultant s obligations and may be waived where the Consultant has actual notice 23 FORCE MAJEURE Force Majeure Whenever performance by Seller of any of its obligations hereunder is substantially prevented by reason of any act of God strike lock out or other industrial or transportation disturbance fire lack of materials law regulation or ordinance war or war conditions or by reason of any other matter beyond its reasonable control then such performance shall be excused and deemed suspended during the continuation of such event and for a reasonable time thereafter delayed or adjusted accordingly 24 CHOICE OF LAW JURISDICTION This Contract shall be governed by the laws of the State of Alaska Jurisdiction shall be in the State of Alaska First Judicial District 25 SUCCESSORS This Contract shall be binding upon the successors and assigns of the parties 26 PRECEDENCE OF DOCUMENTS In the event of a conflict between the provisions of this document and its appendices the order of precedence shall be this document and Appendices A B C D E and F Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 5 27 LIMITATION OF LIABILITY A in no event will Buyer and Seller be liable for and Buyer and Seller hereby waive against each other and against the other s affiliates and their respective officers directors members pa
63. ontract This requirement applies to the MSS s firm the MSS s subcontractors and assignees and anyone directly or indirectly employed to perform work under this contract The MSS must notify the City as well as the State Division of Workers Compensation immediately when changes in the MSS s business operation affect the MSS s insurance status Statutory limits apply to Workers Compensation Insurance The policy must include employer s liability coverage of one hundred thousand dollars 100 000 00 per injury and five hundred thousand dollars 500 000 00 policy limits This policy shall be endorsed to waive all rights of subrogation against the City Comprehensive Automobile Liability Insurance The coverage shall include all owned hired and non owned vehicles to a one million dollar 1 000 000 00 combined single limit coverage Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 48 APPENDIX D PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS That we Pall a Corporation hereinafter called Principal and Surety of State of hereinafter called the Surety are held and firmly bound to _ the CITY AND BOROUGH OF JUNEAU ALASKA _ hereinafter called OWNER Owner City and State for the penal sum of One Million Twenty Two Thousand Four Hundred Forty dollars 1 022 440 00 in lawful money of the United States for the payment of which su
64. or before Friday of each week that covers the preceding week Section 14 2 4 ACLA 1949 am Section 4 ch 142 SLA 1972 In lieu of submitting the State payroll form the CONTRACTOR s standard payroll form may be submitted provided it contains the information required by AS 36 05 040 and a statement that the CONTRACTOR is complying with AS 36 10 010 A contractor or subcontractor who performs work on public construction in the State as defined by AS 36 95 010 3 shall pay not less than the current prevailing rate of wages as issued by the Alaska Department of Labor before the end of the pay period AS 36 05 010 2 PREVAILING WAGE RATES A Wage rates for Laborers and Mechanics on Public Contracts AS 36 05 070 The CONTRACTOR or Subcontractors shall pay all employees unconditionally and not less than once a week Wages may not be less than those stated in Paragraph 16 8C regardless of the contractual relationship between the CONTRACTOR or Subcontractors and laborers mechanics or field surveyors The scale of wages to be paid shall be posted by the CONTRACTOR in a prominent easily accessible place at the site of the WORK Failure to Pay Agreed Wages AS 36 05 080 If it is found that a laborer mechanic or field surveyor employed by the CONTRACTOR or Subcontractor has been or is being paid a rate or wages less than the established rate the OWNER may by written notice terminate the CONTRACTOR or Subcontractors right to proce
65. plier shall be Ashcroft or equal 4 4 6 PRESSURE SWITCHES A The pressure switch is used to verify that the air pressure is adequate to actuate the control valves and provide adequate air for the air scrub B The pressure switch shall be a diaphragm type with dual action control ina NEMA 4 housing Stainless steel shall be used for contact with the process air C Approved supplier shall be Barksdale or equal 4 5 VALVES A Valves in contact with raw water or filtrate water shall contain wetted components of stainless steel PVC or food grade elastomers that are NSF 61 listed 4 5 1 AUTOMATED VALVES A Automated valves used for throttling flow control or on off valves that cycle regularly shall be butterfly type and incorporate a pneumatic actuator controlled by a 5 2 way solenoid valve Butterfly valves shall be lug style for capture between ANSI B16 5 style flanges Automated valves and their actuator positioner shall be certified by the manufacturer to be acceptable for use up to 1 000 000 cycles in water service using clean dry instrument air as the driving force Pneumatic actuators shall be double rack and pinion type Actuators shall operate at a drive air pressure of 90 PSIG or greater Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 29 G Air to valve actuators must be controlled by 5 2 way electrical solenoid valves that receive ele
66. r Services Seller further warrants that the services if any will be performed in a workmanlike manner in accordance with applicable law and industry standards by qualified personnel this Limited Warranty for Services this Limited Warranty for Services shall survive for 30 days following Sellers completion of the services the Service Warranty Period In the event of a warranty claim under this Limited Warranty for Services Buyer shall inform Seller promptly in writing of the details of the claim within the Service Warranty Period Seller s liability under any service warranty is limited in Seller s sole discretion to repeating the service that during the Service Warranty Period does not meet this Limited Warranty for Services or issuing credit for the nonconforming portions of the services If Seller determines that any warranty claim is not in fact covered by the foregoing Limited Warranty for Services Buyer shall pay Seller its then customary charges for all services performed by Seller C Seller s warranty hereunder excludes and in no event shall Seller be liable for defects or damage arising out of or caused by 1 abuse improper modification improper maintenance improper installation or improper operation by persons other than Seller or Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 44 2 corrosion or chemical attack unless
67. r addition to the terms of the contract or to the WORK or to the Specifications PROVIDED FURTHER that no final settlement between the OWNER and the Principal shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 49 IN WITNESS WHEREOF this instrument is issued in two 2 identical counterparts each one of which shall be deemed an original MEMBRANE SYSTEM SUPPLIER By Signature Printed Name Company Name Street or P O Box City State Zip Code SURETY By Date Issued Signature of Attorney in Fact Printed Name Company Name Street or P O Box City State Zip Code Affix SURETY S SEAL NOTE If CONTRACTOR is Partnership all Partners must execute bond Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 50 APPENDIX E STATE OF ALASKA DEPARMENT OF ENVIRONMENTAL CONSERVATION STATE DRINKING WATER LOAN PROGRAM American Iron and Steel Requirement of the Consolidated Appropriations Act of 2014 Public Law 113 76 The CBJ is utilizing Alaska Department of Conservation ADEC State Drinking Water Loan Program Funds as partial funding for this project As a requirement the project must follow the buy American Iron amp Steel AIS Requireme
68. res Inlet Air Filter Integrated Refrigerated Dryer TEFC Motor Differential Pressure Oil System with Oil Cooler Air Oil Separator with Oil Level Sight Glass Oil Filter V Belt Drive with Tensioning Device Load No Load Capacity Control Sound Attenuating Enclosure CSA UL Appr Factory Oil Fill Food Grade Oil Electro pneumatic start stop control Motor Starter Mounted and Prewired Emergency Stop Button After cooler 4 Moisture Separator Dew point Gauge Sound level lt 70 db External Filters installed separately DDX Coalescing Filter 0 1 ppm oil water 1 micron filter PDX Coalescing Filter 0 01 ppm oil water 0 01 micron filter Receiver Manufacturers Silvan or Manchester Type Vertical Rating ASME Coded 200 psi PRV Ya inch 200 psi 178 scfm Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 37 Pressure Gauge 4 inch 0 200 psi Drain Valve 2 inch ball valve 4 12 4 TURBIDIMETERS Turbidimeters shall be provided to measure and report the turbidity in NTU of the feed and filtrate The turbidimeters shall be mounted on the skid with feed and filtrate ports already installed The turbidimeters use a Hach SC 100 controller with display with 4 20mA signal to the MSS control system PLC A Hach 1720E turbidimeter shall be used on the feed and the Hach FilterTrak 660 Laser Nephelometer shall be used for filtrate Hach 1720E Specifications Range
69. ric Acid lt 20 Oxalic Acid lt 2 EDTA lt 0 4 Hydrogen Peroxide lt 2 Na KMnO lt 5000ppm Chlorine dioxide CIO lt 0 2 ppm C Membrane and module shall be compatible with the following coagulants Alum Aluminum Sulfate PACI Polyaluminum Chloride ACH Aluminum Chlorohydrate FeCl Ferric Chloride Fez SO4 3 Ferric Sulfate 4 1 1 MEMBRANE MODULES A The membrane fibers shall be encased in an ABS Acrylonitrile Butadiene Styrene copolymer housing that is suitable for operating pressures up to 58 psig and up to 104F The membrane fibers together with the housing shall be referred to as a membrane module B The modules shall be constructed as an integral unit without mechanical seals such as o rings and gaskets to eliminate the risk of raw water bypass to the filtrate side of the membrane Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 25 C The modules shall not require special lifting mechanisms for handling and must be able to be individually removed from the membrane rack 4 2 PUMP ASSEMBLIES 4 2 1 FEED PUMPS A MF system shall be provided with a control system to control flow rate from VFD controlled feed pumps furnished and installed by the Owner The feed pumps are driven by variable frequency drives VFD so that the filtrate flow rate is maintained over varying levels of flow resistance due to loading
70. rs with Pall Corporation Page 22 automated fill vent procedure The system will display alarm conditions on the Human Machine Interface HMI notifying the operator of any abnormal conditions 3 1 2 REGENERATION FLUX MAINTENANCE A Regeneration or flux maintenance shall automatically occur at an adjustable preset time or volume of water processed interval The process shall be fully automated and require no intervention by an operator The flux maintenance must include the injection of air to assist in removal of solids from the membrane fibers and continuous backflow of permeate water through the membranes to eliminate the solids from the system The modules shall then be flushed to remove any remaining solids and air bubbles through a selectable option of a feed side rinse using raw water or a backwash with filtrate The system shall alarm the operator of abnormal conditions that would prevent the system from entering the regeneration cycle The entire flux maintenance procedure should require no more than two minutes 3 1 3 INTEGRITY TEST A The MF system must be capable of direct integrity testing DIT meeting the requirements of the US Environmental Protection Agency s Long Term 2 Enhanced Surface Water Treatment Rule The testing must be fully automated and should not require operator intervention unless a failure is detected The system must automatically alarm if the DIT fails and be capable of shutting the system down on fa
71. rtners employees agents consultants and subcontractors any and all claims for or entitlement to incidental indirect special punitive or consequential damages including without limitation loss of profit remanufacturing costs and rework costs de installation or re installation cost arising out of resulting from or related to the Contract or a party s performance hereunder whatever the claim tort breach of contract or warranty or otherwise and whatever the forum B IN NO EVENT SHALL SELLER S AGGREGATE LIABILITY ARISING OUT OF OR RELATED TO THIS CONTRACT WHETHER ARISING OUT OF OR RELATED TO BREACH OF CONTRACT TORT INCLUDING NEGLIGENCE OR OTHERWISE EXCEED THE CONTRACT PRICE C The limitation of liability set forth in B above shall not apply to i liability resulting from Seller s gross negligence or willful misconduct and ii death or bodily injury resulting from Seller s acts or omissions In Witness Whereof the parties have affixed their signatures the date first above set out CITY AND BOROUGH OF JUNEAU Kimberly A Kiefer Date City and Borough Manager pe 4 E ZL ZL Pall Corporation 5 gt Name Title Lb Hatigd UR Email ne Alar FEA bio te Cor Approved as to content GA 40 1s Greg Smi Date Contract Administrator CIP Coding 414900101 750440130 5390 Contract No E15 085 for Supply and Installation Assistance Saimon Creek Water Plant Membrane Filters with Pall Corporation
72. sed judgment when performing its duties under this contract 14 PUBLIC RELATIONS Consultant shall issue press releases respond to press inquiries make public speeches appear on broadcast media or otherwise engage in public relations regarding the project only with the specific approval of the CBJ Project Manager 15 ELECTED OFFICIALS The Consultant shall respond to project related inquiries from elected officials by providing impartial factual information but shall not initiate contact or attempt to persuade an elected official to agree with any viewpoint or to take any official action The Consultant will promptly notify the Project manager of any request by an elected official for project related information 16 ASSIGNABILITY The Consultant shall not assign any interest in this Contract and shall not transfer any interest in the same without the prior written consent of the City however claims for money due or to become due to the Consultant from the City under this Contract may be assigned to a bank trust company or other financial institution without approval Notice of any such assignment or transfer shall be furnished promptly to the City 17 FINDINGS CONFIDENTIAL Any information given to or prepared by the Consultant under this Contract which the City requests to be kept as confidential shall not be made available to any individual or organization by the Consultant without the prior written approval of the City 18 IDENTIFIC
73. service or products E THIS WARRANTY IS EXCLUSIVE THE LIMITED WARRANTY AND THE LIMITED WARRANTY FOR SERVICES ARE THE SOLE AND EXCLUSIVE OBLIGATIONS OF SELLER WITH RESPECT TO THE DEFECTIVE GOODS AND SERVICES SELLER SHALL NOT HAVE ANY OTHER OBLIGATION WITH RESPECT TO THE GOODS SERVICES OR ANY PART THEREOF WHETHER BASED ON CONTRACT TORT STRICT LIABILITY OR OTHERWISE THE REMEDIES SET FORTH ABOVE SHALL BE THE BUYER S SOLE AND EXCLUSIVE REMEDY AND SELLER S ENTIRE LIABILITY FOR ANY BREACH OF THE LIMITED WARRANTY SET FORTH HEREIN EXCEPT FOR THE WARRANTIES SET FORTH IN THIS SECTION SELLER MAKES NO WARRANTY WHATSOEVER WITH RESPECT TO THE GOODS AND SERVICES INCLUDING WITHOUT LIMITATION ANY a WARRANTY OF MERCHANTABILITY b WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE c WARRANTY OF TITLE OR d WARRANTY AGAINST INFRINGEMENT OF INTELLECTUAL PROPERTY RIGHTS OF A THIRD PARTY WHETHER EXPRESS OR IMPLIED BY LAW COURSE OF DEALING COURSE OF PERFORMANCE USAGE OF TRADE OR OTHERWISE F Inno event shall Buyer be entitled to claim under the above Limited Warranties if Buyer is in breach of its obligations including but not limited to payment hereunder Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 45 ATTACHMENT 5 to APPENDIX A SCOPE OF SERVICES PROJECT SCHEDULE PROPOSED JUNEAU PROJECT SCHEDULE Estimated Milestone Date Duration Required Bids D
74. sisting of 1 NEMA 4 Painted Carbon Steel Enclosure ControlLogix PLC with Ethernet Port Inductive Automation Ignition software Industrial PC 1 O for off skid Instrumentation Ethernet Communication between Pall PLC and Remote I O Q O ry Off Skid Instruments consisting of 1 Common Feed Turbidimeter Hach 1720E with SC200 Controller 2 Common Filtrate Turbidimeter Hach 1720E with SC200 Controller 3 Common Feed Temperature Transmitter Rosemount 148HNN with Thermowell Compressed Air Equipment consisting of 1 Air Compressors 1 1 2 Valves Instruments and Controls Desktop PC with Monitor and Operating Software Microsoft Office PC Anywhere Inductive Automation Ignition 3 1 3 Submittals including P amp ID General Arrangement Drawings for Pall Supplied Equipment Electrical Interconnect Drawing Power One Line l O Interconnection and Network Layout Electrical Drawings for Pall Supplied Panels Mechanical Replacement Parts List Electrical Replacement Parts List Compressed Air System Information AP Skid Installation Manual Cutsheets for Pall Supplied Off Skid Components Installation amp Startup Checklist Operation amp Maintenance Manual Delivered at Time of Equipment Shipment Software License Transfer Documentation Delivered at Time of Equipment Shipment Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 11 3 1 4 Servic
75. the federal Reduction in Lead in Drinking Water Act Items not covered by this specification include 1 Raw water feed pumps their VFDs and raw water feed piping to the Valve Rack and Filter Rack control of the feed pump will be by the MSS Permeate piping to the Salmon Creek Pump Station clear well Foundations and anchors for securing the equipment at the site A building to house the system dry environment between 35 F and 98 F ob ee ey Installation of the skid mounted and loose components of the system in the desired location 6 Assembly and installation of piping to deliver discharge water and wastes to from the system Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 18 7 Wiring for power off skid instrumentation or communication between off skid control panels or SCADA systems Back up power or UPS for computers PLCs and other critical devices Operation and maintenance of system 10 Interconnecting piping between the membrane system skid and the module rack or between complementary equipment that may be purchased from or provided by others 11 Supply of chemicals required for Clean in Place CIP Enhanced Flux Maintenance EFM instruments or other purposes WARRANTY The MSS shall provide a One Year Warranty for all equipment and hardware furnished for this project including freight and labor 1 2 MEMBRANE FILTRATI
76. ttachment 4 to Appendix A Scope of Services Warranty Delivery Schedule 1 The new membrane filtration system must be in Juneau and ready for installation by July 15 2015 2 Installation and start up testing commissioning and ADEC Approval to Operate shall be obtained by October 1 2015 The project schedule in Attachment 5 to Appendix A Scope of Services Project Schedule outlines the tasks and milestone dates needed to achieve the target delivery date of July 15 2015 Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water Plant Membrane Filters with Pall Corporation Page 8 ATTACHMENT 1 to APPENDIX A SCOPE OF SERVICES 3 0 Scope of Services 3 1 Scope Summary To meet your needs Pall is offering our Aria FIT Microfiltration System solution per the technical specifications as detailed in Appendix A Membrane Filtration System Specifications of the RFP The below sections 3 1 1 through 3 1 9 are included in order to further clarify our scope and define items not captured in the RFP such as scope of field service work submittal documents number of microfiltration modules flux rate etc Additionally there are several differences between Pall s offering and the RFP requirements based on design discussions and documents that were developed with Jim Dorn of Carson and Dorn These changes are summarized in section 3 1 9 and also encompass the basis of Pall s scope proposal 3 1 1 Scope Summary Table
77. ude the following hardware PLC shall be Allen Bradley Logix 5000 Local skid I O shall be Festo CPX Power Supply shall be manufactured by Allen Bradley6 Terminal Blocks shall be manufactured by Allen Bradley Control enclosures shall be Hoffman or equal Control panel indicator lights and switches shall be Allen Bradley HMI Interface shall be PanelView by Allen Bradley6 Networking hardware shall be Phoenix Contact or equal Qa lt 00 Coe OD ON oe OO SNS GS Chemical Hot water Neutralization CHN System Hardware Local panel with local I O that is connected to the filtration skid via Ethernet IP Local I O The CHN shall use Festo CPX series I O products or equal 10 Networking For multiple skid systems the control scheme shall be based on a single master PLC in a stand alone panel with distributed I O The master PLC controls all filtration skid processes and devices With multiple skids the master PLC will control the processes and devices The master PLC will be an Allen Bradley ControlLogix programmable logic controller Each filtration skid will contain a manifold with Festo CPX l O Communication between the master PLC HMI and skids is handled via Ethernet IP The standard master control enclosure must be located in close proximity to and in full view of the filtration skids and contain a PanelView HMI Contract No E15 065 for Supply and Installation Assistance Salmon Creek Water P
78. ue 11 19 2014 Bid Validity 3 19 2015 days from bid Order Acknowledgement or Notice of Award 1 26 2015 days from bid Submittal 2 16 2015 days from Order Acknowledgement or NOA Submittal Approval 3 9 2015 days from Submittal Mat l Fabrication Release 3 16 2015 days from Submittal Approval Equipment Delivery 7 14 2015 days from Mat l Fabrication Release Installation Complete 9 12 2015 days from Equip Delivery Start Commissioning 9 12 2015 days from Install Complete Start up Complete 9 28 2015 days from Commissioning Start System Acceptance 10 1 2015 days from Commissioning Complete Contract Requirement for Completion 10 1 2015 days from Order Acknowledgement Submittal Schedule Within 10 Days from Order Acknowledgement OR Notice of Award P amp ID FOR APPROVAL General Arrangement Drawings for Pall Supplied Equipment FOR INFO ONLY Electrical Interconnect Drawing Power One Line I O Interconnection and Network Layout FOR APPROVAL Within 21 Days From Order Acknowledgement OR Notice of Award FOR INFO ONLY Electrical Drawings for Pall Supplied Panels Mechanical Replacement Parts List Electrical Replacement Parts List Compressed Air System Information AP Skid Installation Manual Cutsheets for Pall Supplied Off Skid Components Installation amp Startup Checklist Delivered at Time of Equipment Shipment Operation amp Maintenance Manual Software License Transfer Documentation Contract No
79. with these insurance requirements or failure of CBJ to identify a deficiency from evidence that is provided shall not be construed as a waiver of the obligation of the Contractor to maintain the insurance required by this contract 22 INDEMNIFICATION AND HOLD HARMLESS The Consultant agrees to defend indemnify and hold harmless CBJ its employees and authorized representatives with respect to any third party action claim or lawsuit to the extent caused by the Consultant s negligent performance of this contract without limitation as to the amount of fees and without limitation as to any damages cost or expense resulting from settlement judgment or verdict and includes the award of any attorney s fees even if in excess of Alaska Civil Rule 82 This indemnification agreement applies to the fullest extent permitted by law meaning that if there is a claim of or liability for a joint act error or omission of the consultant and the CBJ the indemnification defense and hold harmless obligation of this provision shall be apportioned on a comparative fault basis This agreement is in full force and effect whenever and wherever any action claim or lawsuit is initiated filed or otherwise brought against CBJ relating to this contract The obligations of Consultant arise immediately upon actual notice of any action claim or lawsuit CBJ shall notify Consultant in a timely manner of the need for indemnification but such notice is not a conditi

Download Pdf Manuals

image

Related Search

Related Contents

Handbuch SPRING 4 PDF-Druckversion  Wisdom of The Forum (OC)  Samsung YP-R0JCP User Manual  and print  Emission de gaz à effet de serre - Outil GES SCoT  carrière - Syndicat de l`Enseignement Privé du Rhône  

Copyright © All rights reserved.
Failed to retrieve file