city of visalia- water conservation plant upgrades · water conservation plant upgrades aeration...

85
100 W Walnu Pasad ena, t St, 100 W Walnut St, Pasadena, CA 91124 CA 91124 PARSONS 100 W Walnut St, Pasadena, CA 91124 City of Visalia, CA Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP #09-10-59

Upload: phungtram

Post on 11-Apr-2019

232 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

100 W WalnuPasad 

ena,

t St,

100 W Walnut St, Pasadena, CA 91124 

CA 91124

PARSONS  100 W Walnut St, Pasadena, CA 91124 

City of Visalia, CA

Water Conservation Plant Upgrades

Aeration Blower System Supplier Pre-Selection Document

May 7, 2010

REQUEST FOR PROPOSAL RFP #09-10-59

Page 2: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

ii

Page 3: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

CITY OF VISALIA REQUEST FOR PROPOSAL

RFP 09-10-59

FOR

City of Visalia Aeration Blowers Pre- Selection i

Request for Proposal (RFP) for Furnishing Aeration Blower System for the City of Visalia

Water Conservation Plant (WCP) Upgrade

Page 4: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

TABLE OF CONTENTS This proposal package includes sections and subsections listed below. If any of these items are missing from your proposal package, please contact the person identified in Section 1.3.

INVITATION FOR PROPOSALS……………………………………………………......VI

SECTION 1 -SUBMISSION INFORMATION 1.1 INTRODUCTION 1-1 1.2 PROPOSAL DEADLINE 1-1 1.3 INQUIRIES 1-1 1.4 PROPOSAL LABELING 1-1 1.5 PROPOSAL SUBMITTAL 1-1 1.6 BID BOND 1-2 SECTION 2 -GENERAL INFORMATION 2.1 WAITING PERIOD 2-1 2.2 PROPOSAL PREPARATION COSTS 2-1 2.3 PROPOSAL INCLUSIONS 2-1 2.4 WITHDRAWAL OF PROPOSAL BEFORE CLOSING 2-1 2.5 MISTAKE IN PROPOSAL 2-2 2.6 PROPOSAL ACCEPTANCE 2-2 2.7 INTERPRETATION OF DOCUMENTS 2-2 2.8 PROPOSAL PRICE 2-2 2.9 REFERENCES 2-2 2.10 AWARD/SELECTION CRITERIA 2-2 2.11 COORDINATION WITH GENERAL CONTRACTOR 2-3 2.12 LIENS AND STOP PAYMENT NOTICES 2-4

2.13 SHOP DRAWINGS SUBMITTAL & DELIVERY DEADLINE 2-4 2.14 GENERAL CONDITIONS 2-4

SECTION 3 - PROJECT DESCRIPTION 3.1 GENERAL PROJECT INFORMATION 3-1 3.2 PRE-AERATION BASINS 3-3 3.3 AERATION BLOWERS 3-3 SECTION 4 -FORMS BIDDING SCHEDULE 4-1 SUPPLIER IDENTIFICATION 4-5 REFERENCES 4-6 WORKERS' COMPENSATION CERTIFICATE 4-7

NON-COLLUSION AFFIDAVIT 4-8 SURETY BID BOND 4-9

ii

EXCEPTION FORM 4-10

Page 5: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

SECTION 5A -TECHNICAL SPECIFICATIONS – HST Blowers 5A.1 GENERAL 5A-1 5A.1.1 WORK OF THIS SECTION 5A-1 5A.1.2 SPECIFICATIONS AND STANDARDS 5A-2 5A.1.3 SHOP DRAWING AND SAMPLES 5A-2 5A.1.4 FACTORY TESTING 5A-3 5A.2 PRODUCTS 5A-5 5A.2.1 GENERAL 5A-5 5A.2.2 DESIGN CRITERIA 5A-6 5A.2.3 POWER GUARANTEE 5A-6 5A.2.4 BEARINGS 5A-9 5A.2.5 HIGH SPEED ELECTRIC MOTOR 5A-9 5A.2.6 VARIABLE FREQUENCY DRIVE 5A-9 5A.2.7 INLET FILTER 5A-9 5A.2.8 DISCHARGE SILENCER 5A-9 5A.2.9 DISCHARGE CHECK VALVE 5A-10 5A.2.10BLOW-OFF VALVE 5A-10 5A.2.11BLOW-OFF VALVE SILENCER 5A-10 5A.2.12SHUT-OFF VALVE 5A-10 5A.2.13EXPANSION JOINTS 5A-10 5A.2.14CONTROL CABINET 5A-10

5A.2.15INSTRUMENTATION AND CONTROLS 5A-11 5A.2.16STANDARD WARRANTY 5A-15 5A.2.17OPTIONAL EXTENDED WARRANTY 5A-15 5A.2.18TOOLS 5A-16 5A.2.19SPARE PARTS 5A-16 5A.2.20MANUFACTURERS 5A-16 5A.3 EXECUTION 5A-17 5A.3.1 PACKING AND SHIPPING 5A-17 5A.3.2 QUALITY ASSURANCE AND QUALITY CONTROL 5A-17

5A.3.3 INSTALLATION AND START-UP 5A-18 5A.3.4 OPERATION AND MAINTENANCE TRAINING 5A-19 5A.3.5 PAYMENT AND RETAINAGES 5A-20 SECTION 5B -TECHNICAL SPECIFICATIONS – Single Stage Centrifugal Blowers 5B.1 GENERAL 5B-1 5B.1.1 WORK OF THIS SECTION 5B-1 5B.1.2 SPECIFICATIONS AND STANDARDS 5B-2 5B.1.3 SHOP DRAWING AND SAMPLES 5B-2 5B.1.4 FACTORY TESTING 5B-3

5B.2 PRODUCTS 5B-4

iii

5B.2.1 GENERAL 5B-4

Page 6: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

5B.2.2 DESIGN CRITERIA 5B-4 5B.2.3 POWER GUARANTEE 5B-5

5B.2.4 BLOWER AND INTEGRAL GEARBOX CASING 5B-7 5B.2.5 INTEGRAL GEARBOX 5B-8 5B.2.6 IMPELLER 5B-9 5B.2.7 VARIABLE VANES 5B-9 5B.2.8 BEARINGS 5B-10 5B.2.9 OIL LUBRICATION SYSTEM 5B-10 5B.2.10COUPLING 5B-31 5B.2.11EQUIPMENT BASE AND MOUNTING 5-B11 5B.2.12ELECTRICAL MOTORS 5B-11 5B.2.13INLET FILTER SILENCER 5B-11 5B.2.14INLET AIR LOUVER AND TRANSITION SHROUD 5B-12 5B.2.15DISCHARGE FLEX CONNECTOR 5B-12 5B.2.16DISCHARGE SILENCER 5B-12 5B.2.17DISCHARGE VALVE 5B-13 5B.2.18DISCHARGE CHECK VALVE 5B-13 5B.2.19BLOW-OFF (BY-PASS) VALVE 5B-13 5B.2.20AIR HEADER BLOW-OFF VALVE 5B-13 5B.2.21BLOW-OFF VALVE SILENCER 5B-14 5B.2.22INSTRUMENTATION 5B-14 5B.2.23LOCAL CONTROL PANEL (LCP) 5B-15 5B.2.24BLOWER DATA MONITORING AND ACQUISITION 5B-18 5B.2.25MASTER CONTROL PANEL (MCP) 5B-19 5B.2.26CONTROL PANEL DESIGN AND TESTING 5B-21 5B.2.27STANDARD WARRANTY 5B-21 5B.2.28OPTIONAL EXTENDED WARRANTY 5B-22 5B.2.29TOOLS 5B-22 5B.2.30SPARE PARTS 5B-23 5B.2.31MANUFACTURERS 5B-23 5B.3 EXECUTION 5B-23 5B.3.1 PACKING AND SHIPPING 5B-23 5B.3.2 QUALITY ASSURANCE AND QUALITY CONTROL 5B-24

5B.3.3 INSTALLATION AND START-UP 5B-24 5B.3.4 OPERATION AND MAINTENANCE TRAINING 5B-26 5B.3.5 PAYMENT AND RETAINAGES 5B-27 APPENDIX A INSTRUMENTATION & CONTROL SPECIFICATIONS APPENDIX B ELECTRICAL SPECIFICATIONS ADDITIONAL ATTACHMENT

iv

SAMPLE CONTRACT

Page 7: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

INVITATION FOR PROPOSALS

Sealed Proposals for the Aeration Blower System for City of Visalia Water Conservation Plant Upgrade will be received by the CITY OF VISALIA (“CITY”) until 3:00 p.m. Pacific Standard Time on Friday, June 25, 2010 at the location listed below:

CITY OF VISALIA PURCHASING DVISION 707 WEST ACEQUIA AVENUE VISALIA, CA 93291

The City of Visalia Water Conservation Plant is located at 7579 Ave 288 in Visalia, CA. It is the CITY’S intent to pre-select an Aeration Blower System for CITY’S Water Conservation Plant Upgrade for developing final design of a Membrane Bioreactor (MBR) system. The blower system shall be purchased by the GENERAL CONTRACTOR, not the CITY, at the bid/pre-negotiated price from the EQUIPMENT SUPPLIER. The bid/pre-negotiated price shall be effective until 8/31/2011. The EQUIPMENT SUPPLIER shall provide a cost escalation price in the event the equipment is not ordered by the GENERAL CONTRACTOR by 8/31/2011. The GENERAL CONTRACTOR is expected to be on-board in approximately June 2011. Copies of this RFP may be inspected and obtained in the office of the Purchasing Division, 707 W. Acequia Avenue, Visalia, CA 93291 or be calling (559) 713-4334, or by FAX (559) 713-4802 or downloaded from Bid Net. To register with Bid Net, please see the City’s website http://www.visaliapurchasing.org. Alternately, a copy of the RFP and Specifications on CD format can be purchased for a non-refundable fee of $10.00. Requests for CD version must be directed to the City of Visalia Purchasing Department at the address above or by email: [email protected]

Payment must be made in the form of credit card (VISA or MasterCard) or check payable to the City of Visalia. Bidders should provide a Federal Express shipping account number, otherwise an additional $15.00 fee is required.

Questions regarding this RFP should be directed in writing to Purchasing Department, City of Visalia, 707 W. Acequia Avenue, Visalia, CA 93291, fax 559-713-4802 or via email to [email protected]. All questions must be received on or before Thursday, June 10, 2010.

Each proposal must be accompanied by Bid Bond made payable to CITY OF VISALIA in amount of TEN PERCENT (10%) of the EQUIPMENT SUPPLIER’S proposed price (Section 4, Bidding Schedule, Item A for Option B for High Speed Turbo blowers and Item A for Option D for Single Stage Centrifugal blowers) and in the form of a certified cashier’s check or a Surety Bid Bond (on form provided). The Bid Bond of the EQUIPMENT SUPPLIER for the Aeration Blower System shall be retained by the CITY OF VISALIA until such time that the EQUIPMENT SUPPLIER enters into a purchase agreement for the Aeration Blower System with GENERAL CONTRACTOR selected under separate procurement.

v

The CITY is not, nor shall be deemed liable for any cost incurred by the EQUIPMENT SUPPLIERS in the preparation or submission of their proposals, or any commitment to or direct costs associated with the design, fabrication, delivery, installation or startup of the Aeration Blower System, which will be the responsibility of a separately procured CONTRACTOR.

Page 8: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

The City hereby affirmatively ensures that Minority Business Enterprises and Disadvantageed Business Enterprises (DBE) will be afforded full opportunity to submit proposals in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, handicap, gender, or religion in any consideration leading to the award of contract.

No qualified disabled person shall, on the basis of disability, be excluded from participating in, be denied the benefits of, or otherwise be subjected to discrimination under any program or activity leading to the award of a contract.

The CITY reserves the right to accept or reject any or all proposals, or waive any informality in any proposal in the best interest of the CITY.

vi

Publication Dates: 5/21/10 and 5/26/10

Page 9: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

SECTION 1 - SUBMISSION INFORMATION

1.1 INTRODUCTION: The City of Visalia, hereafter referred to as the CITY, is accepting sealed proposals at 707 WEST ACEQUIA AVENUE, VISALIA, CA 93291, for furnishing of the aeration blower system at its Water Conservation Plant.

1.2 PROPOSAL DEADLINE: Proposals shall be received in the office of the CITY no later than the date and time indicated below:

Proposal Deadline: 3:00 p.m on Friday, June 25, 2010

1.3 INQUIRIES: Inquiries regarding this solicitation should be directed in writing to Purchasing Division, City of Visalia, 707 WEST ACEQUIA AVENUE, VISALIA, CA 93291, (559) 713-4334, or by email to [email protected]. All questions must be received on or before Thursday, June 10, 2010.

1.4 PROPOSAL LABELING: The proposal shall be submitted in a sealed envelope with original pages intact. Proposal envelopes must be plainly marked and submitted as follows:

CITY OF VISALIA PURCHASING DVISION

707 WEST ACEQUIA AVENUE VISALIA, CA 93291

Attention: Aeration Blower Equipment Pre-Selection

1.5 PROPOSAL SUBMITTAL: All EQUIPMENT SUPPLIERS shall complete and return one (1) original and six (6) copies and one electronic copy (PDF format) of their proposal to the address specified under section 1.4. All proposals delivered in an express courier package shall be sealed in a separate envelope within the courier package. Any proposal found to be illegible or incomplete may be rejected. Whether sent by courier, mail, or by means of personal delivery, EQUIPMENT SUPPLIERS assume full responsibility for having their proposal deposited at the proper address and not later than the scheduled closing time. Oral, telegraphic, or telephonic proposals or modifications will not be considered. More than one (1) proposal from an individual, firm, partnership, or corporation under the same or different names, will not be considered.

1.6 BID BOND: Each proposal must be accompanied by Bid Bond made payable to CITY OF VISALIA in amount of TEN PERCENT (10%) of the EQUIPMENT SUPPLIER’S proposed price (Section 4, Bidding Schedule, Item A for Option B for High Speed Turbo blowers and Item A for Option D for Single Stage Centrifugal blowers) and in the form of a certified cashier’s check or a Surety Bid Bond (on form provided).

1-1

The Bid Bond of the EQUIPMENT SUPPLIER for the Aeration Blower System shall be retained by the CITY OF VISALIA until such time that the EQUIPMENT SUPPLIER enters into a purchase agreement for the Aeration Blower System with GENERAL CONTRACTOR selected under separate procurement.

Page 10: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

SECTION 2 - GENERAL INFORMATION NOTE: IT IS THE EQUIPMENT SUPPLIER'S RESPONSIBILITY TO EXAMINE THE REQUEST FOR PROPOSAL IN ITS ENTIRETY PRIOR TO SUBMITTING A PROPOSAL. 2.1 WAITING PERIOD: It is the CITY’s intent to pre-select an aeration blower system for its wastewater treatment plant expansion for developing the final design of an MBR system. The blower system shall be purchased by the GENERAL CONTRACTOR, not the CITY, at the bid/pre-negotiated price from the EQUIPMENT SUPPLIER. The bid/pre-negotiated price shall be effective until 8/31/2011. The EQUIPMENT SUPPLIER shall provide a cost escalation factor or formula in the event the equipment is not ordered by the GENERAL CONTRACTOR by 8/31/2011. The GENERAL CONTRACTOR is expected to be on-board by approximately June 2011. 2.2 PROPOSAL PREPARATION COSTS: The CITY is not, nor shall be deemed liable for any costs incurred by EQUIPMENT SUPPLIERS in the preparation, submission, or presentation of their proposals. 2.3 PROPOSAL INCLUSIONS: The Request for Proposal documents shall be returned in their entirety, with all applicable portions fully completed by the EQUIPMENT SUPPLIER. Supplementary sheets can be attached if necessary. All EQUIPMENT SUPPLIERS are encouraged to review and confirm that their proposal specifically addresses each of the following proposal requirements prior to submitting.

• Bid Bond • Bidding Schedule • EQUIPMENT SUPPLIER Identification Form • References Form • Workers' Compensation Certificate • Non-Collusion Affidavit • Exception Form • Technical Portion of Proposal • Duly signed copies of all addenda received

In the technical portion of the proposal, the EQUIPMENT SUPPLIER shall provide drawings showing the general arrangement of the aeration blowers. Material descriptions, including references to appropriate ASTM or other nationally recognized standards, for all major components of the proposed system shall also be provided with the bid. The entire Request for Proposal document shall be included with each submitted copy of the proposal as well as with the original proposal.

City of Visalia Aeration Blowers Pre- Selection 2-1

2.4 WITHDRAWAL OF PROPOSAL BEFORE CLOSING: Any EQUIPMENT SUPPLIER may request the withdrawal of their submitted proposal, either in person, by telephone, or written request, at any time prior to the scheduled closing date and time. Upon receiving the written request to withdraw any proposal, the CITY will consider the

Page 11: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

EQUIPMENT SUPPLIER's proposal null and void, and return the proposal to the EQUIPMENT SUPPLIER unopened. 2.5 MISTAKE IN PROPOSAL: Any EQUIPMENT SUPPLIER may withdraw their proposal after the proposal opening only if the EQUIPMENT SUPPLIER can establish to the CITY's satisfaction that a mistake was made in preparing the proposal. An EQUIPMENT SUPPLIER declaring a mistake must give a written notice to the CITY within five (5) calendar days following the scheduled closing date, specifying in detail, how the mistake occurred, and how the mistake made the proposal materially different than it was intended. Withdrawal of the proposal shall only be permitted for mistakes made in the completion of the proposal. An EQUIPMENT SUPPLIER who claims a mistake shall be PROHIBITED from participating in further bidding on the project in which the mistake in proposal was claimed. (Public Contract Code 5105). 2.6 PROPOSAL ACCEPTANCE: The CITY reserves the right to accept or reject any or all proposals, or waive any informality in any proposal in the best interest of the CITY. 2.7 INTERPRETATION OF DOCUMENTS: Should an EQUIPMENT SUPPLIER find discrepancies or omissions in the specifications or Request for Proposal, or should the EQUIPMENT SUPPLIER be in doubt as to their interpretation, the EQUIPMENT SUPPLIER shall contact the person indicated in Section 1.3, above. Should it be found necessary, a written addendum will be issued. Any addenda issued prior to the scheduled proposal closing date and time, shall form a part of this solicitation and shall become a part of the submitted proposal. It is the responsibility of the Proposer to ensure they have received all addenda. 2.8 PROPOSAL PRICE: The proposal prices shall be indicated on the Bidding Schedule provided in this Request for Proposal, for providing all equipment and services as required in Section 5. In case of any inconsistencies in the Bid Prices between words and figures, the Bid Price(s) in words shall prevail. 2.9 REFERENCES: The EQUIPMENT SUPPLIER shall provide a list of at least five (5) references (form provided) for whom they have provided equipment and services that are similar in size and application to the Work of this proposal, within the last five (5) years. Include the reference name, contact person(s), facility size, year installed, project address, and telephone number(s). 2.10 AWARD/SELECTION CRITERIA: The CITY intends to make an award to one (1) EQUIPMENT SUPPLIER, based on the EQUIPMENT SUPPLIER’s proposal that best serves the interest of the CITY. The following criteria will be used in the rating process for the selection of one (1) EQUIPMENT SUPPLIER to provide all required equipment and services.

City of Visalia Aeration Blowers Pre- Selection 2-2

Page 12: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

• Proposed price to provide the required equipment and services to the CITY via the GENERAL CONTRACTOR.

• Present worth of power consumption by the electric motors of the system (See Section

5.2.2)

• Life cycle cost analysis based on 20 years, interest rate of 5%, and unit power cost of $0.13/kWh with a power escalation rate of 4%. The corresponding present worth factor is 18.12.

• Cost of any extra work required such as size of blower building and associated

mechanical, electrical and instrumentation work to accommodate the offered design and equipment.

• Completeness of proposal specifically addressing each item, including integration of

process controls and instrumentation as noted in this Request for Proposal. • EQUIPMENT SUPPLIERS’ resources and ability to deliver all equipment to the

GENERAL CONTRACTOR, according to the GENERAL CONTRACTOR’s schedule. • Past record of performance in supplying similar equipment and services, including the

cooperation and level of customer satisfaction. All of the above factors will be considered as determined to be appropriate by the CITY/ ENGINEER (not necessarily equal weight). 2.11 COORDINATION WITH GENERAL CONTRACTOR: The CITY will be contracting with the GENERAL CONTRACTOR for the purchase, at the bid/pre-negotiated price, and installation of the aeration blower system. Coordination with the GENERAL CONTRACTOR shall be required. 1. GENERAL CONTRACTOR Responsibility. The GENERAL CONTRACTOR shall be

responsible for purchasing, arranging delivery of, unloading, storing, and protecting the aeration blower equipment; installation and overall testing.

2. EQUIPMENT SUPPLIER’s Responsibility. The EQUIPMENT SUPPLIER shall

provide all shop drawings, including revisions thereto and deliver, freight and taxes paid, all approved equipment to the GENERAL CONTRACTOR in Visalia, instruct the GENERAL CONTRACTOR for the initial unloading and protection of the equipment, certify the installation for initial start-ups, assist in the field testing of the equipment, and provide training of the CITY’s personnel. EQUIPMENT SUPPLIER shall provide the GENERAL CONTRACTOR with all instructions required for proper installation, testing and start-up etc.

City of Visalia Aeration Blowers Pre- Selection 2-3

3. EQUIPMENT SUPPLIER shall be paid by the GENERAL CONTRACTOR at the bid/pre-negotiated price and payment terms.

Page 13: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

2.12 LIENS AND STOP PAYMENT NOTICES: The EQUIPMENT SUPPLIER shall pay all sums of money that become due from any labor, services, materials or equipment furnished to EQUIPMENT SUPPLIER on account of said equipment or services to be furnished as a result of this Request For Proposal, and that may be secured by any lien or stop payment notice against the CITY. The EQUIPMENT SUPPLIER shall fully discharge each such lien or stop payment notice at the time performance of the obligation secured matures and becomes due. 2.13 SHOP DRAWING SUBMITTAL AND DELIVERY DEADLINE: Prior to the start of equipment fabrication, the EQUIPMENT SUPPLIER shall submit satisfactory shop drawings to the CITY, through the GENERAL CONTRACTOR, for review and approval. A minimum of 8 copies of the shop drawings shall be submitted. The CITY reserves the right to review each shop drawing submittal, for up to thirty (30) calendar days. Shop drawing review time shall only include time expired while shop drawings are in CITY’s possession. Shop drawings shall be revised and resubmitted if directed by the CITY and/or the ENGINEER. The quality and completeness of the shop drawings shall be such that no more than two submittals (initial submittal plus one re-submittal) are required. For additional submittals beyond this, the EQUIPMENT SUPPLIER may be asked to reimburse the cost of handling and ENGINEER’s reviews. 2.15 GENERAL CONDITIONS

A. Important Notice The City of Visalia will not be responsible for oral interpretations given by any City employee, representative, or others. Proposers are cautioned that any statements made that materially change any portion of the proposal documents shall not be relied upon unless subsequently ratified by a formal written amendment to the proposal document. The issuance of a written addendum is the only official method whereby interpretation, clarification, or additional information can be given. If any addenda are issued to this Request for Proposals, the City will attempt to notify all prospective vendors who have secured same. However, it will be the responsibility of each vendor, prior to submitting their proposal, to contact the Purchasing Division, located at 707 W. Acequia, Visalia, CA 93291, (559) 713-4334 to determine if addendums were issued and to make such addendum a part of the proposal.

B. Contracting Agency The contract resulting from this Request for Proposals will be administered by the City of Visalia’s Purchasing Division in conjunction with the Public Works Division.

C. Legal Responsibilities All proposals must be submitted, filed, made, and executed in accordance with State of California and Federal laws relating to proposals for contracts of this nature whether the same or expressly referred to herein or not.

City of Visalia Aeration Blowers Pre- Selection 2-4

By submitting a proposal, PROPOSER certifies that he or she will comply with all Federal laws and requirements, including but not limited to Equal Employment Opportunity,

Page 14: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

Disadvantaged Business Enterprise, Labor Protection and any other laws and regulations applicable to contracts, utilizing Federal funds.

D. Permits and Licenses 1. Business License Certificate Possession of a City of Visalia Business Tax Certificate is not required to submit a proposal in response to this invitation. However, Equipment Supplier shall be required to possess, at his/her own expense, a valid and current City of Visalia Business Tax Certificate, at time of Proposal Award.. Fee is based on gross receipts for all business transactions in the City of Visalia. For additional information, contact the City of Visalia at (559) 713-4326. 2. Professional License Equipment Supplier is to be licensed in accordance with the California Business and Professions Code and is to possess current professional registration and be licensed to perform work in the State of California. 3. Permits Equipment Supplier shall be required to obtain and maintain at his/her own expense, any and all permits, licenses and certifications issued by any federal, state or local governmental agency, pertaining to, and necessary for providing the services required in this Request for Proposals.

E. Insurance Indemnification and Insurance As respects acts, errors, or omissions in the performance of services, EQUIPMENT SUPPLIER agrees to indemnify and hold harmless CITY, its elected and appointed officers, employees, and CITY designated volunteers from and against any and all claims, demands, losses, defense costs, liability or consequential damages arising directly out of EQUIPMENT SUPPLIER’s negligent acts, errors or omissions in the performance of his/her services under the terms of this Agreement; except to the extent those arise out of the negligence of CITY.

CITY agrees to indemnify and hold harmless EQUIPMENT SUPPLIER, its officers, employees, and designated volunteers from and against any and all losses, defense costs, liability or consequential damages to the extent arising out of CITY’S negligent acts, errors or omissions in the performance of this Agreement.

As respects all acts or omissions which do not arise directly out of the performance of services, including but not limited to those acts or omissions normally covered by general and automobile liability insurance, CONTRACTOR agrees to indemnify, defend (at CITY’s option), and hold harmless CITY, its elected and appointed officers, agents, employees, representatives, and volunteers from and against any and all claims, demands, defense costs, liability, or consequential damages of any kind or nature arising out of or in connection with EQUIPMENT SUPPLIER’S (or Equipment Supplier’s subcontractors, if any) performance or failure to perform, under the terms of this Agreement; except to the extent those which arise out of the negligence of CITY.

City of Visalia Aeration Blowers Pre- Selection 2-5

Page 15: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

Without limiting CITY’s right to indemnification, it is agreed that EQUIPMENT SUPPLIER shall secure prior to commencing any activities under this Agreement, and maintain during the term of this Agreement, insurance coverage as follows:

• Workers’ Compensation insurance as required by California statutes.

• Commercial general liability insurance with a combined single limit of not less that One Million Dollars ($1,000,000) per occurrence. Such insurance shall include coverage for Premises and Operations, Contractural Liability, Personal Injury Liability, Products and Completed Operations Liability, Broad Form Property Damage (if applicable), Independent Contractor’s Liability (if applicable).

• Comprehensive Automobile Liability coverage with a combined single limit of not

less that One Million Dollars ($1,000,000) per occurrence. Such insurance shall include coverage for owned, hired, and non-owned automobiles and shall be provided by a business automobile policy.

Each insurance policy required by this Agreement shall contain the following clause: “This insurance shall not be canceled, limited in scope or coverage, or non-renewed until after thirty (30) days prior written notice has been given to the City Clerk, City of Visalia, 707 W. Acequia, Visalia, CA 93291, with the exception of cancellation for non-payment of premium, in which case ten (10) days notice shall be given” In addition, the Commercial general liability and comprehensive automobile liability policies required by this Agreement shall contain the following clauses: “It is agreed that any insurance maintained by the City of Visalia shall apply in excess of and not contribute with insurance provided by this policy.” “The City of Visalia, its officers, agents, employees, representatives and volunteers are added as additional insureds as respects operations and activities of, or on behalf of the named insured, performed under contract with the City of Visalia.” The successful bidder shall maintain the insurance for the life of the contract. Endorsements are to be received and approved by the City before work commences. Should contractor cease to have insurance as required during any time, all work by contractor pursuant to this agreement shall cease until insurance acceptable to the City is provided.

City of Visalia Aeration Blowers Pre- Selection 2-6

Page 16: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

SECTION 3 - PROJECT DESCRIPTION 3.1 GENERAL PROJECT INFORMATION: The Visalia Water Conservation Plant (WCP) is located in Visalia, CA (7579 Ave 288). Currently, the treated effluent from the Visalia WCP is discharged to Mill Creek under Waste Discharge Requirements (WDR) Order No. R5-2006-0091 issued by the California Regional Water Quality Control Board, Central Valley Region. Among other requirements, this order limits the WCP discharge to an average flow of 20 mgd, which is 2 mgd below the rated capacity of the existing treatment plant. The upgrade of the WCP’s wastewater treatment processes will include nitrification and de-nitrification of the plant effluent. In recent years, the water demand of the City has rapidly increased and resulted in significant overdraft of the City’s groundwater table. Therefore, recycling and reuse of the WCP effluent is a part of the City’s plan to reduce its demand for potable water. The Visalia WCP 2008 Master Plan identified the potential of recycled water reuse for irrigation of the Valley Oaks Golf Course, Highway 99 and 198 interchange and the local airport. The potential of recycled water reuse was further identified for irrigation of additional parks and agricultural lands within the City as well as a water exchange with the Tulare Irrigation District.

Therefore, it is the intent of the CITY to upgrade the Visalia WCP to produce recycled water suitable for the identified reuses in conformance with California Administrative Code Title 22 with a plant capacity of 22 mgd. The CITY has selected MBR process as the treatment system of choice for the WCP’s upgrades. A preliminary site layout for the proposed upgrades is shown in Figure 3-1.

The upgraded plant will have the following unit operations.

1. Existing headworks 2. Existing grit removal tanks 3. Existing primary clarifiers 4. New inter-stage pump station 5. New fine screens 6. Existing pre-aeration tanks – Modified to include anoxic and oxic portions to achieve

nitrification and denitrification 7. New membrane tanks 8. New UV channels 9. Existing secondary clarifiers – converted to recycled water storage tanks 10. Existing gravity belt thickening system 11. Existing anaerobic digesters (seven) and one new digester 12. New mechanical dewatering system

City of Visalia Aeration Blowers Pre- Selection 3-1

13. New sludge drying beds

Page 17: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

City of Visalia Aeration Blowers Pre- Selection 3-2

Page 18: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

3.2 PRE - AERATION BASINS: Four (4) existing identical, rectangular basins, each capable of handling up to 6.5 mgd annual average flow (26 mgd ultimate flow beyond 2040) will be used to provide pre-aeration to the MBR system. Each basin is 50 feet wide by 200 feet long by 15 feet side water depth. Aeration diffusers (by a diffuser system manufacturer) will be provided in all the four basins in zones A, B and C as specified below. Anoxic zone will not have diffusers in it. Note – Membrane tanks will be new construction and will be built separately. The diffuser aeration system will be designed to provide the following tapered aeration:

- 50% of the diffuser assemblies in Zone A. - 30% of the diffuser assemblies in Zone B. - 20% of the diffuser assemblies in Zone C.

The pre-aeration tanks are designed to remove nitrogen through nitrification and denitrification processes to meet the nitrogen effluent limits. In addition, the pre-aeration basins will operate at an MLSS concentration as high as 10,000 mg/L. 3.3 AERATION BLOWERS: As mentioned earlier, the CITY has selected MBR process as the treatment system of choice for the WCP’s upgrades. The City will be selecting an MBR System Manufacturer via a separate pre-selection process. Depending on the MBR manufacturer selected, the amount of process air and hence the size of aeration blower system varies. Therefore, the EQUIPMENT SUPPLIERS shall bid for the following Options, depending on the type of aeration blower system offered. This means, a High Speed Turbo blower manufacturer shall bid for both Options A and B, whereas Single Stage Centrifugal Gear-driven blower manufacturers shall bid for both Options C and D. Option A – High Speed Turbo blowers for Flat Sheet Membrane System Option B - High Speed Turbo blowers for Hollow Fiber Membrane System Option C – Single Stage Centrifugal blowers for Flat Sheet Membrane System Option D - Single Stage Centrifugal blowers for Hollow Fiber Membrane System

City of Visalia Aeration Blowers Pre- Selection 3-3

 

Anoxic Zone 

  

Zone A  Oxic Zone 

  

Zone B  Oxic Zone 

  

Zone C  Oxic Zone 

Primary  Effluent 

  

50 ft 

50 ft 50 ft 50 ft 50 ft 

Page 19: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

City of Visalia Aeration Blowers Pre- Selection 3-4

It is the intent of the City to accommodate the new aeration blowers in the existing air blower building shown on Figure 3-1. The existing blower building currently houses three electric motor driven air blowers and one gas engine driven air blower as well as one Waukesha cogeneration engine. As part of the plant upgrade, the City intends to decommission and remove all the existing blowers and the cogeneration engine from the building and replace them with new blowers. Therefore, while selection of the blower capacity and quantity is left to the EQUIPMENT SUPPLIER, the City prefers to have fewer blowers so that all new blowers can be accommodated in the existing blower building and avoid any expansion to the building. Please refer to Section 5A.2.2 and 5B.2.2 for detailed design criteria for the above Options.

Page 20: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

SECTION 4 - FORMS

BIDDING SCHEDULE Attach Power of Attorney, which authorizes the signatory to commit the company to the terms of this offering. The power of attorney should be signed by a duly authorized company officer and notarized. In case of any inconsistencies in the Bid Prices between words and figures, the Bid Price(s) in words shall prevail.

Option A: High speed turbo blowers for Flat Sheet MBR System (31,700 scfm total)

A. LUMP SUM TOTAL (INCLUDING SALES TAX) FOR ALL MATERIALS AND SERVICES DESCRIBED IN THE REQUEST FOR PROPOSAL WITH TWO YEARS STANDARD WARRANTY $ ____________________ _____________________________________________________________________

(Lump Sum Total in Words)

B. COST ESCALATION RATE TO BE USED IN THE EVENT THE GENERAL

CONTRACTOR DOES NOT ORDER THE EQUIPMENT BY 8/31/2011. $____________ per month _____________________________________________________________________

(Lump Sum Total in Words)

C. LUMP SUM COST OF OPTIONAL EXTENDED WARRANTY AND FACTORY SERVICE PROGRAM AS PER SECTION 5.2.17 $____________ _____________________________________________________________________

(Lump Sum Total in Words)

NOTE – All prices quoted above in Items A, B and C shall include, as applicable, costs of packaging, applicable insurance and freight for all materials to the job site in Visalia, CA. All applicable taxes including Sales Tax at the rate of 9.0% shall also be included in the lump sum price.

City of Visalia Aeration Blowers Pre- Selection 4-1

Page 21: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

Option B: High speed turbo blowers for Hollow Fiber MBR System (35,600 scfm total)

A. LUMP SUM TOTAL (INCLUDING SALES TAX) FOR ALL MATERIALS AND

SERVICES DESCRIBED IN THE REQUEST FOR PROPOSAL WITH TWO YEARS STANDARD WARRANTY $ ____________________ _____________________________________________________________________

(Lump Sum Total in Words)

B. COST ESCALATION RATE TO BE USED IN THE EVENT THE GENERAL

CONTRACTOR DOES NOT ORDER THE EQUIPMENT BY 8/31/2011. $____________ per month _____________________________________________________________________

(Lump Sum Total in Words)

C. LUMP SUM COST OF OPTIONAL EXTENDED WARRANTY AND FACTORY SERVICE PROGRAM AS PER SECTION 5.2.17 $____________ _____________________________________________________________________

(Lump Sum Total in Words)

NOTE – All prices quoted above in Items A, B and C shall include, as applicable, costs of packaging, applicable insurance and freight for all materials to the job site in Visalia, CA. All applicable taxes including Sales Tax at the rate of 9.0% shall also be included in the lump sum price.

Signature Company Name Printed Name Supplier License Number

City of Visalia Aeration Blowers Pre- Selection 4-2

Title Date

Page 22: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

Attach Power of Attorney, which authorizes the signatory to commit the company to the terms of this offering. The power of attorney should be signed by a duly authorized company officer and notarized. In case of any inconsistencies in the Bid Prices between words and figures, the Bid Price(s) in words shall prevail.

Option C: Single Stage centrifugal blowers for Flat Sheet MBR System (31,700 scfm total)

A. LUMP SUM TOTAL (INCLUDING SALES TAX) FOR ALL MATERIALS AND

SERVICES DESCRIBED IN THE REQUEST FOR PROPOSAL WITH TWO YEARS STANDARD WARRANTY $ ____________________ _____________________________________________________________________

(Lump Sum Total in Words)

B. COST ESCALATION RATE TO BE USED IN THE EVENT THE GENERAL

CONTRACTOR DOES NOT ORDER THE EQUIPMENT BY 8/31/2011. $____________ per month _____________________________________________________________________

(Lump Sum Total in Words)

C. LUMP SUM COST OF OPTIONAL EXTENDED WARRANTY AND FACTORY SERVICE PROGRAM AS PER SECTION 5.2.17 $____________ _____________________________________________________________________

(Lump Sum Total in Words)

NOTE – All prices quoted above in Items A, B and C shall include, as applicable, costs of packaging, applicable insurance and freight for all materials to the job site in Visalia, CA. All applicable taxes including Sales Tax at the rate of 9.0% shall also be included in the lump sum price.

City of Visalia Aeration Blowers Pre- Selection 4-3

Page 23: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

Option D: Single Stage centrifugal blowers for Hollow Fiber MBR System (35,600 scfm total)

A. LUMP SUM TOTAL (INCLUDING SALES TAX) FOR ALL MATERIALS AND

SERVICES DESCRIBED IN THE REQUEST FOR PROPOSAL WITH TWO YEARS STANDARD WARRANTY $ ____________________ _____________________________________________________________________

(Lump Sum Total in Words)

B. COST ESCALATION RATE TO BE USED IN THE EVENT THE GENERAL

CONTRACTOR DOES NOT ORDER THE EQUIPMENT BY 8/31/2011. $____________ per month _____________________________________________________________________

(Lump Sum Total in Words)

C. LUMP SUM COST OF OPTIONAL EXTENDED WARRANTY AND FACTORY SERVICE PROGRAM AS PER SECTION 5.2.17 $____________ _____________________________________________________________________

(Lump Sum Total in Words) NOTE – All prices quoted above in Items A, B and C shall include, as applicable, costs of packaging, applicable insurance and freight for all materials to the job site in Visalia, CA. All applicable taxes including Sales Tax at the rate of 9.0% shall also be included in the lump sum price. Signature Company Name Printed Name Supplier License Number

City of Visalia Aeration Blowers Pre- Selection 4-4

Title Date

Page 24: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

SUPPLIER IDENTIFICATION

1. Legal name of Supplier: 2. Street Address: 3. Mailing Address: 4. Business Telephone: 5. Facsimile Telephone: 6. Type of Business:

Sole Proprietor Partnership Corporation Other If corporation, indicate State where incorporated: 7. Business License number issued by the city where the Supplier’s principal place of

business is located. Number: _____________ Issuing City: ____________________ 8. Federal Tax Identification Number: 9. Supplier’s Representative:

City of Visalia Aeration Blowers Pre- Selection 4-5

Page 25: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

REFERENCES Provide at least five (5) references for which similar equipment and services have been provided within the last five (5) years in the United States of America. Attach supplemental sheets, as necessary, to provide project descriptions and/or any unique features of the project(s), which the EQUIPMENT SUPPLIER believes to be important and should be considered. Applications specific to aeration blower systems with integrated controls for municipal wastewater treatment plants are required.

Client Size of Facility (mgd)

Date Commissioned

Blower Size (scfm)

Number of Blowers

Discharge Pressure

(psig)

Contact Name & Phone

City of Visalia Aeration Blowers Pre- Selection 4-6

Page 26: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

WORKERS' COMPENSATION CERTIFICATE

The EQUIPMENT SUPPLIER shall execute the following form as required by the California Labor Code, Sections 1860 and 1861: I am aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and on behalf of my firm, I will comply with such provisions before commencing the performance of the work of any contract entered into.

Signature

Company Name

Printed Name Supplier License Number

Title Date

City of Visalia Aeration Blowers Pre- Selection 4-7

Page 27: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

"NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY EQUIPMENT SUPPLIER AND SUBMITTED WITH PROPOSAL"

(The form can be applied to other states as needed) State of California ) ) ss. County of ____________________ ) ______________________________(name), being first duly sworn, deposes and says that he or she is _____________ (title) , of _______________________ (name of firm) the party making the foregoing proposal that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the EQUIPMENT SUPPLIER has not directly or indirectly solicited any other EQUIPMENT SUPPLIER to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any EQUIPMENT SUPPLIER or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the EQUIPMENT SUPPLIER has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price or the EQUIPMENT SUPPLIER or any other EQUIPMENT SUPPLIER, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other EQUIPMENT SUPPLIER, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the proposal are true; and, further, that the EQUIPMENT SUPPLIER has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal.

City of Visalia Aeration Blowers Pre- Selection 4-8

Signature

Company Name

Printed Name Supplier License Number

Title Date

Page 28: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

SURETY BID BOND

KNOW ALL MEN BY THESE PRESENTS:

That we, ____________________________________________________________ (Full name or legal title of EQUIPMENT SUPPLIER)

as EQUIPMENT SUPPLIER, hereinafter called Principal, and ___________________________________________________________________________ (Name of bonding company) as Surety, hereinafter called Surety, a corporation authorized to transact business as a Surety in the State of California, are held and firmly bound unto the CITY OF VISALIA, hereinafter called "CITY", in the penal sum of ___________________________________________________________________________

DOLLARS ($__________________), lawful money of the United States of America, not less than TEN PERCENT (10%) of the Proposal Price (Section 4, Bidding Schedule, Item A for Option B for High Speed Turbo blowers and Item A for Option D for Single Stage Centrifugal blowers), for the payment of which sum well and truly to be made, the said Principal and the said Surety bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

WHEREAS:

The Principal has submitted a proposal to said CITY to perform all work required for the CITY’s Aeration Diffuser System.

NOW THEREFORE:

The condition of this obligation is such that if the CITY does not select the Principal, or in the alternate, selects said Principal to furnish the goods and services represented by this Request For Proposals, and said Principal enters into a purchase agreement with GENERAL CONTRACTOR selected under a separate procurement, then this obligation shall be null and void, otherwise to remain in full force and effect.

In the event suit is brought upon this bond by said CITY and judgment is recovered, said Surety shall pay all costs incurred by said CITY in such suit, including a reasonable attorney's fee to be fixed by the court.

Signed this ______ day of __________________ , 20__ .

Principal Surety

By: By:

Its __________________ Its Attorney-in-Fact

(SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY)

City of Visalia Aeration Blowers Pre- Selection 4-9

Page 29: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

EXCEPTION FORM

Should your firm take exception to ANY of the terms and conditions or other contents provided in the Request for Proposal, submit the following form with your proposal. If no exception(s) are taken, enter "NONE" for the first item. Make additional copies of this form if necessary. Please note that these exceptions do not mitigate the responsibility of the EQUIPMENT SUPPLIER, in any way, whatsoever, on performance, equipment quality, operability and maintainability. Page Number: _____ Section Title: Paragraph Number: _____ Exception Taken: Page Number: _____ Section Title: Paragraph Number: _____ Exception Taken: Page Number: _____ Section Title: Paragraph Number: _____ Exception Taken:

City of Visalia Aeration Blowers Pre- Selection 4-10

Page 30: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

SECTION 5A - TECHNICAL SPECIFICATIONS High Speed Turbo Blowers

(See Section 5B for Single Stage Centrifugal Gear-driven Blowers, Page 5-21) 5A.1 GENERAL 5A.1.1 WORK OF THIS SECTION

The WORK of this Section includes providing High Speed Turbo (HST) type aeration blowers based on air flow rates provided for Flat Sheet and Hollow Fiber type MBR systems, as per Section 5A.2.2. The aeration blowers shall be electric motor driven and be running on oil free non-contact bearing technology. Each blower shall be furnished as a complete and operable package complete with VFD; inlet filters and silencer; discharge silencer, check and shut off valves; pressure relief valve complete with blow off silencer; expansion joint connectors; pressure and temperature monitoring devices; integrated local panels; master control panel; accessories; special tools; all safety devices and controls.

The EQUIPMENT SUPPLIER shall be responsible for providing a complete blower system, as described herein, and for delivering the equipment to the job site. All the equipment and parts under this WORK shall be new and unused. The WORK shall include providing control valves and other accessories for dissolved oxygen (DO) control including DO analyzers as well as the complete control of the blower system. Overall responsibility for control shall belong to the EQUIPMENT SUPPLIER without in any way mitigating the responsibility of the GENERAL CONTRACTOR.

The blower system shall be installed by the GENERAL CONTRACTOR under the direction of the EQUIPMENT SUPPLIER. The GENERAL CONTRACTOR shall be responsible for off-loading the equipment, providing any temporary storage and installing the equipment in place, all in accordance with the EQUIPMENT SUPPLIER’s recommendations. Installation shall include mounting the unit, piping the unit, providing power to panels and installing all interconnecting wires and pipes required between various components. The WORK also requires all equipment and appurtenances shall comply with the requirements of the 2007 California Building Code (CBC) and applicable Sections of ASCE Standard 7-05 by using the following minimum values in design.

a. Seismic Component Importance Factor for Anchorage of Mechanical and Electrical Equipment, I: 1.25.

Mechanical equipment, piping, piping supports, and piping connections shall be designed to prevent sliding or overturning. Seismic calculations shall be stamped by a registered civil engineer in California and shall be submitted by the EQUIPMENT SUPPLIER through the GENERAL CONTRACTOR to the ENGINEER for approval.

City of Visalia Aeration Blowers Pre- Selection

5A-1

The EQUIPMENT SUPPLIER’s machining and assembly shops must be ISO 9001 certified in order to assure conformance to the highest quality standards of the industry. The EQUIPMENT SUPPLIER shall be experienced, reputable and qualified in the manufacture

Page 31: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

of the equipment to be furnished and must have supplied at least five systems of comparable size, application and complexity in the United States in the last five years. Equipment of comparable size and complexity shall have the following characteristics: High Speed Turbo blower system (multiple aeration blowers operating in parallel of the same size and model as offered) with integrated air flow control to supply varying amounts of air to the aeration tanks in municipal wastewater treatment plants.

5A.1.2 SPECIFICATIONS AND STANDARDS Except as otherwise indicated, the current editions of the following apply to the

WORK of this Section:

A. ISO 5389: 2005 –Turbo Compressors – Performance Test Code B. VDI 2045: 1993 – Acceptance and Performance Tests on Turbo Compressors and

Displacement Compressors C. ASME PTC 10 – 1997 (2009 reaffirmed) - Power Test Code for Centrifugal

Compressors and Exhausters D. DIN VDI 2045:1993 - Acceptance and Performance Tests in Turbo Compressors

and Displacement Compressors E. JIS B 8340:1979 (2009 reaffirmed) – Testing Methods for Turbo-Blowers and

Compressors F. ISO 5167:2003 – Measurement of fluid flow by means of pressure differential

devices inserted in circular cross-section conduits running full G. ASTM, American Society of Testing and Materials H. ANSI, American National Standards Institute I. IEEE, Institute of Electrical and Electronics Engineers J. NEC, National Electrical Code. K. NEMA, National Electrical Manufacturers Association

5A.1.3 SHOP DRAWINGS AND SAMPLES Either as a part of this bid or prior to release for manufacture of equipment, as indicated below, the EQUIPMENT SUPPLIER shall submit information on and/or shop drawings of all equipment for review by the ENGINEER (Parsons).

Items to be submitted with this bid Completed bid forms (provided in Section 4). Factory test procedure for flow, pressure and power measurement for Guarantee purposes. Complete bill of materials and warranty documents with a complete description of the warranty. Complete system description including air blower curves, motor and drive system ratings with all nameplate data and speed vs. guaranteed minimum efficiency, actual power consumption and torque curves. Complete system interconnection diagrams for the power supply, control panels, drive motor and all ancillary equipment connected to control system, including terminal numbers of connection points. Complete description of control system including its sequence of operation, interface requirements and all functions monitored, controlled and alarmed.

City of Visalia Aeration Blowers Pre- Selection

5A-2

Page 32: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

5A.1.4 FACTORY TESTING

A. The CITY and/or its representative will witness any factory test and shall, therefore, be informed at least 21 days in advance of the test. The EQUIPMENT SUPPLIER shall include all expenses, including all travel and subsistence expenses, in the Bid price, for witness testing by three (3) persons total from the ENGINEER and from the CITY. All blowers shall be individually factory tested and witnessed.

B. Each blower shall be tested in accordance with the most recent ASME PTC-10, ISO 5389, VDI 2045, and JIS B 8340. Measuring of mass flow shall be according to VDI 2041 ("Orifice Plates and Nozzles for Special Applications"), chapter 5.2 with a ISA 1932 nozzle, made according to DIN 1952 and ISO 5167 standard. Electrical power shall be measured at the electric entrance of the full blower system by a calibrated power meter and shall account for all electrical losses including motor, inverter, external cooling etc.

A written statement that the turbo-blower meets the specified performance requirements shall be included as a part of the submitted certified test report.

Conduct performance testing in conformance with the above standards and as supplemented by the requirements specified herein:

1) Conduct performance tests at least 5 test points on each turbo-blower. Two of these points shall bracket the rated duty point.

City of Visalia Aeration Blowers Pre- Selection

5A-3

Complete installation and dimensional drawings, certified correct for the specific application, showing details of construction, dimensions, anchor bolts, blower control panels, parts and materials of construction. Complete list of tools and spare parts supplied for initial installation and start-up, and a list of recommended spare parts for future maintenance that were not supplied Complete information on at least five installations, performing successfully, of comparable size, application and complexity constructed in the past five years (form provided). Complete data on power consumption (kW) with corresponding capacity (scfm) and operating pressure (psi) of identical machines supplied at other plant sites. Complete description of the efficiency optimization system that simultaneously and continuously adjusts the speed to obtain the lowest power consumption based on the three variables of inlet temperature, differential pressure and machine capacity.

Items to be submitted prior to release for manufacture through the General Contractor Fabrication details and shop drawings with dimensions as applicable. Recommendations for both long term and short term storage of major equipment. The EQUIPMENT SUPPLIER’s recommended installation procedures. Shop and field testing procedures. Vibration analysis by a specialist experienced in this type of work and his written recommendations for keeping the vibration at a safe limit. Seismic calculations. A list of special tools. Operation and Maintenance (O&M) Manuals (with parts list) for the equipment as per Section 5A.3.4 A description of the blower system’s routine maintenance and repair requirements.

Page 33: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

In addition to the data specified above, each test report shall contain the following:

2) A copy of certified input power data from 50% to 100% of full load.

3) Data showing performance at rated speed vs. discharge pressure from lowest system pressure to maximum pressure. The performance shall be shown in terms of standard cubic feet per minute and brake horsepower required at the input shaft of the turbo-blower. The data shall be for the inlet conditions specified in the Performance Requirements section of this specification and corresponding to operation at rated inlet conditions. Surge points shall be indicated.

Prior to conducting the tests, submit the proposed test procedure for review and approval. The test shall include determination of the surge point and verification of the guarantee points. Flow, temperature, pressure, and power shall all be measured in accordance with the applicable test standards. Flow, discharge pressure and measured power draw shall be guaranteed with no negative tolerance. Test report shall present computations per the standards and performance curves showing capacity, pressure and horsepower inputs. All test equipment shall be calibrated and certified prior to the test date.

C. Impeller Balancing/Vibration Test:

Conduct dynamic balancing of complete turbo-blower rotary assembly.

Impeller and rotor shall be balanced to provide a maximum rotor shaft deflection of less than 20 µm. Provide certified test report for each unit, including:

1) Date and place of the dynamic balancing.

2) Type of balancing machine used (make and model).

3) Methods used to achieve final balance (grinding, drilling, end milling, etc.).

4) Maximum vibration amplitude when operating at maximum design speed.

Submit certified dynamic balancing test results for each turbo-blower.

D. Test results of the motor, blower and functional tests shall be included in the O&M Manual. If the certified factory tests indicate noncompliance with the requirements of the RFP Document, the turbo-blowers shall be reworked, retested and re-witnessed by three (3) persons total from the ENGINEER AND THE CITY, at the EQUIPMENT SUPPLIER’s full expense until compliance with the specifications is attained.

City of Visalia Aeration Blowers Pre- Selection

5A-4

E. Even after repeated testing after making all necessary adjustments and reworking on the air blowers, should the factory tests show that the actual wire to air KW is more than the guaranteed wire to air kW, at the CITY’ sole discretion, the Contract Price Value shall be adjusted per Section 5A.2.3.

Page 34: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

5A.2 PRODUCTS 5A.2.1. GENERAL The EQUIPMENT SUPPLIER shall furnish a complete blower system to supply

variable volumes of air for four (4) pre-aeration basins as explained in Section 3.2. As the pre-aeration basins may experience fluctuation in flow, EQUIPMENT SUPPLIER shall note that turn-down and precise control of blower capacity is critical for this application. A VFD shall be provided to vary the turbo compressor speed to provide continuous flow control and power optimization according to the changes in process air flow and differential pressure automatically without operator interface when the controls are in the remote mode.

A common air header manifold is proposed to serve all pre-aeration basins. The control panels, instrumentation and accessories shall optimize system operation. All items specified in this Section shall be supplied by the EQUIPMENT SUPPLIER to provide a sole source responsibility for a properly functioning blower system with the objective to minimize power consumption while providing the proper volume of air. All components shall be new and both workmanship and materials shall be of the very best quality, entirely suitable for the service to which the units are to be subjected and shall conform to all applicable sections of these specifications. Components specified shall be understood to establish minimum requirements only, and do not relieve the EQUIPMENT SUPPLIER of responsibility for providing a properly functioning system.

The turbo-blower shall be of single-stage centrifugal design utilizing oil free non-contacting bearing technology with the following design characteristics.

1. Turbo-blower shall be designed for heavy, continuous, industrial service, be capable of providing a minimum of 60 starts per hour and have a minimum design life of 20 years before any major rebuild will be needed.

2. Operate within specified vibration levels without overloading the drive motor.

3. Operate without sign of distress when operating at specified operating point and at off design conditions.

4. Have a pressure-volume curve, which extends from the design system pressure to the upper system surge pressure with a continuously rising pressure characteristic.

5. Will not surge at or above specified flow rates corresponding to specified differential pressure plus 0.5 psi.

6. The maximum input motor horsepower should not exceed specified nameplate horsepower when operating at design flow and pressure at 40 degrees F.

7. The turbo-blower must deliver oil-free and non pulsation air at all times to the aeration process.

City of Visalia Aeration Blowers Pre- Selection

5A-5

8. The motor and control cabinet components are to be air cooled using ambient air.

Page 35: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

5A.2.2. DESIGN CRITERIA

A. Each of the aeration blowers shall be furnished for the following design operating conditions.

1. Site Elevation 300 ft above MSL

2. Atmospheric Pressure 14.53 psia

3. Blower Inlet Losses (design) 0.2 psig

4. Discharge Air Pressure 8.5 psig

5. Blower Turndown, 100 to 50 % of capacity

6. Ambient Temperature (design) 110 deg.F

7. Relative Humidity (design) 85 %

8. Motor rating of each blowera < 400 HP

9. Voltage rating for each blower 460 Volts

10. Maximum noise level at 3 feet 80 dBA

a. NOTE : The rated HP of each blower motor shall not be more than 400 HP

in order to avoid medium voltage (4160 V) requirement. The WCP currently does not have a medium voltage service. All motors proposed shall be suitable for 460 V operation and shall have provisions (Variable Frequency Drives) to minimize in-rush current in compliance with Section 16483 attached as Appendix B.

5A.2.3. POWER GUARANTEE

City of Visalia Aeration Blowers Pre- Selection

5A-6

A. The EQUIPMENT SUPPLIER shall submit guaranteed wire to air kW values for each air blower. The wire to air kW shall include all losses associated with the blower unit at all specified operating points. The wire to air power must include all motor, thermal, mechanical and electrical losses of the turbo-blower as well as losses of all auxiliary equipment. The manufacturer shall provide wire to air kW values by completing Table 1 and Table 2 below, and also include a specific curve for each point at site conditions. The completed table will be considered the basis of the Power Guarantee and all related requirements as specified herein. The guaranteed wire to air KW value at the specified operating points shall be guaranteed per flow rates calculated using test standards specified herein with +0 tolerance. The guaranteed wire to air power draw of the blower unit shall not exceed the following.

Page 36: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

Table 1 - Option A- Flat sheet membrane system – 31,700 scfm total

Quantity (duty + stand-

by)

Evaluation Factor

Factored Power Draw (kW)

Design

Point

Capacity

(%)

Air Flow per

blower (scfm)*

Discharge Pressure

(psig)

Inlet Tem

p (°F)

RH (%)

Guaranteed Wire to Air Power

Draw (HP)

1 100 ** ** 8.5 110 85 ** 0.20 **

2 75 ** ** 8.5 110 85 ** 0.35 **

3 60 ** ** 8.5 110 85 ** 0.30 **

4 50 ** ** 8.5 110 85 ** 0.15 **

Table 2 - Option B- Hollow Fiber membrane system – 35,600 scfm total

Quantity (duty + stand-

by)

Evaluation Factor

Factored Power Draw (kW)

Design

Point

Capacity

(%)

Air Flow per

blower (scfm)*

Discharge Pressure

(psig)

Inlet Tem

p (°F)

RH (%)

Guaranteed Wire to Air Power

Draw (HP)

1 100 ** ** 8.5 110 85 ** 0.20 **

2 75 ** ** 8.5 110 85 ** 0.35 **

3 60 ** ** 8.5 110 85 ** 0.30 **

4 50 ** ** 8.5 110 85 ** 0.15 **

*SCFM measured at 14.7 psia, 68°F and 36% RH

**To be filled in by EQUIPMENT MANUFACTURER

Table 3 – Wastewater and Air Flow Rate Variations

City of Visalia Aeration Blowers Pre- Selection

5A-7

Year AADWF Flow (MGD)

Flow Condition

Flow Rate (MGD) Air Flow Rate (scfm)

A – Flat Sheet B – Hollow Fiber2012 13.5 low flow 6.75 6,200 7,000

avg. flow 13.5 12,400 13,900 peak flow 22 19,800 22,250

2022 17 low flow 8.5 7,650 8,600 avg. flow 17 15,300 17,200 peak flow 27 24,500 27,550

2032 22 low flow 11 9,900 11,150 avg. flow 22 19,800 22,250 peak flow 35 31,700 35,600

Page 37: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

B. In the event the tested wire to air power draw (as tested per Section 5A.1.4) is in excess of the guaranteed wire to air power draw from Tables 1 and 2, the units shall be re-worked by the EQUIPMENT SUPPLIER and re-tested and re-witnessed by three (3) persons total from the ENGINEER AND THE CITY, at no additional cost to the CITY, until they comply with the specifications.

C. Even after repeated testing after making all necessary adjustments and reworking on the air blowers, should the factory tests show that the actual wire to air power draw is more than the guaranteed wire to air power draw, at the CITY’s sole discretion, the Contract Price Value shall be adjusted as follows:

Adjusted contract price = A minus B. A = Contract price B = $20,630* times C C = Sum of positive evaluated wire to air KW values

* Based on the 20 year present worth of 1 kW continuous draw @ $0.13/kWh escalated at 4% per year and discounted at 5% per year. Present Worth factor is 18.12. "C" shall be calculated as follows:

Operating (1) Point Evaluation

Factor

Actual Wire to Air KW Minus Guaranteed Wire

to Air KW Evaluated (2) KW

1 0.20 [________] [________] 2 0.35 [________] [________] 3 0.30 [________] [________] 4 0.15 [________] [________]

"C" (sum of above)(1) These operating points shall match the operating points as specified in the Power Guarantee section of these Specifications. (2) Evaluated KW = evaluation factor times (actual wire to air KW minus guaranteed wire to air KW). Only the positive evaluated KW values will be considered in calculating “C.”

D. Blower shall operate satisfactorily over a flow range of 50% to 100% design flow at specified discharge pressure throughout an inlet temperature range of 40 0F to 110 0F without being in surge and overloading the drive motor.

The following is a summary of design criteria for pre-aeration basins.

City of Visalia Aeration Blowers Pre- Selection

5A-8

Parameter Unit

Size of each basin ft x ft 200 x 50 Side water depth ft 15 MLSS concentration mg/L Up to 10,000

Page 38: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

5A.2.4. BEARINGS

A. The bearings installed in the high speed turbo blowers shall be non-contact type and shall be either magnetic bearings or air foil bearings. Bearings that require lubrication will not be allowed.

B. Continuous rotor position control shall be accomplished by active electromagnetic

bearings or air foil bearings. There shall be no mechanical contact between moving surfaces, no friction and no wearing of parts.

5A.2.5. HIGH SPEED ELECTRIC MOTOR

A. The motor shall be air-cooled, variable speed compatible, high frequency permanent magnet or induction type.

B. The impeller shall be mounted directly on the end of the motor shaft and shall provide a smooth vibration-free variable rotation speed.

C. The motor shall be a 460 volt, 60 Hz, 3 phase, induction, synchronous or permanent magnet motor and shall have a 1.15 service factor above maximum design condition. The motor shall be inverter duty motor and shall comply with the requirements of Section 16480 and Section 16481. The motor shall be able to start under the starting conditions required. The EQUIPMENT SUPPLIER shall be responsible for coordinating the starting torque requirement of the blower and the motor. The motor shall be capable of operation at the rated voltage with a variance of + 5 percent of the nameplate frequency. The motor shall be capable of continuous operation at full load and rated frequency with a voltage variance of + 10 percent of the nameplate voltage.

5A.2.6. VARIABLE FREQUENCY DRIVE (VFD)

A. Variable frequency drive shall meet the requirements specified in Section 16483. A UL rated variable frequency drive shall be installed in the control cabinet to vary the speed of the turbo-blower providing optimal turbo-blower efficiency at all plant operational demands. The VFD shall automatically control the turbo-blower performance based on the EQUIPMENT SUPPLIER’S control strategy.

5A.2.7. INLET FILTER

A. Each blower shall be provided with an inlet filter system consisting of filters and filter housing adequately sized for the air flow rate of each air blower. The filter shall be integrally mounted to the air blower enclosure. Maximum pressure drop across a dirty filter shall be less than 0.2 psig. A pressure sensor shall be provided to alert maintenance of clogged filter elements.

5A.2.8. DISCHARGE SILENCER

City of Visalia Aeration Blowers Pre- Selection

5A-9

A. An adequately sized discharge silencer with flanged end connections shall be provided for each turbo-blower. The outlet silencer shall have a dual wall construction, have a minimum operating pressure of 10 psig, be constructed of 304SS and the sound attenuation shall not be less than 20 dB.

Page 39: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

5A.2.9. DISCHARGE CHECK VALVE

A. Each blower shall be provided with a flanged end discharge check valve of the dual flat-plate double leaf type with center hinge and spring closure to prevent back flow into the blower. The valve shall have cast iron body, 316 SS plates with 316 SS springs, and rated for temperatures up to 300°F. Check valve shall be mounted in a horizontal run of piping.

5A.2.10. BLOW-OFF VALVE A. Each blower shall be provided with a cast iron body flanged blow-off butterfly valve

for field installation and wiring to the Local Control Panel (LCP) by the GENERAL CONTRACTOR. The blow off valve shall be an integral part of the turbo-blower system for protection during start up and shut down conditions and it shall be an electro-pneumatically controlled valve controlled by each turbo-blower internal control system. The blow off valves shall be adequately sized to handle the flow and pressures seen during start up and shut down and shall vent the blow-off air to the outside of the blower building. All manually operated valves installed more than 5 ft above grade shall be provided with a chain operator.

5A.2.11. BLOW-OFF VALVE SILENCER

A. A galvanized carbon steel blow-off silencer shall be provided for each blower, designed to the same specifications as the discharge silencer. Design flow shall be based on blower flow at start-up conditions.

5A.2.12. SHUT OFF VALVE

B. A lug type butterfly shut off valve shall be provided for each machine, the valve shall be geared for ease of operation. The butterfly shut off valves shall have a cast iron body, a 316 SS disc, 420SS pivot shaft and an EPDM seal, a minimum 300ºF temperature rating. The shut off valve shall be installed in the discharge pipe to isolate the blower from the process. All manually operated valves installed more than 5 ft above grade shall be provided with a chain operator.

5A.2.13. EXPANSION JOINTS

A. Provide each blower with an EPDM discharge expansion joint capable of withstanding the vacuum, pressure, and temperature under all operating conditions. The expansion joint shall be included with control rods and carbon steel flanges drilled for ASME/ANSI B16.5, Class 150 bolt pattern.

5A.2.14. CONTROL CABINET

City of Visalia Aeration Blowers Pre- Selection

5A-10

A. Each blower shall be provided with a skid mounted Control Cabinet that is an integral part of the blower. The Control Cabinet shall include the LCP specified in 5A.2.15.

Page 40: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

Control enclosure shall be front access only, minimum 12 gauge, with two gasketed and hinged doors each equipped with three triangle key locks. Quick opening hasps may be substituted for rotating lockable handle latch where approved by the ENGINEER.

B. Painting shall include, as minimum requirements, phosphate treatment, zinc chromate iron oxide primer, baked rust-inhibiting enamel, and white interior. All louvers shall be fitted with forced air cooling as determined by the EQUIPMENT MANUFACTURER suitable for conditions specified in this RFP. Enclosure shall be minimum NEMA 4 rated with forced air cooling design.

C. The equipment mounted within the control cabinet enclosure shall be mounted on the enclosure back panel and neatly organized.

5A.2.15. INSTRUMENTATION AND CONTROLS

A. The EQUIPMENT SUPPLIER shall provide instruments and controls in each pre-packaged skid, a separate master control panel, and field instruments and control valves to be connected to the master control panel.

B. In addition to the requirements set forth herein, the instrumentation and control panels to be furnished under this section shall meet with the applicable requirements of Section 13320 Field Mounted Instruments and 13370 Programmable Controllers and Panel Instruments attached as Appendix A.

C. The EQUIPMENT SUPPLIER shall provide all control panel components including the programmable logic controller (PLC), PLC inputs/outputs (I/O), PLC power supply, Profibus and Ethernet communication modules, Ethernet switch and uninterruptible power supply (UPS).

D. The EQUIPMENT SUPPLIER shall provide the instrumentation listed below, as a minimum.

1. Each blower shall be equipped with an integral human-machine interface (HMI)/keypad display and integral variable frequency drive (VFD) for motor speed control. All PLC controls, alarms, and monitoring shall be accessible through the HMI/keypad.

City of Visalia Aeration Blowers Pre- Selection

5A-11

2. Instrumentation for each blower shall include, as a minimum:

a. Inlet air temperature gauge b. Inlet air temperature transmitter 4–20 mA c. Inlet air filter differential pressure sensor d. Inlet Pressure transmitter 4–20 mA e. Discharge Temperature transmitter 4–20 mA f. Discharge air pressure gauge g. Discharge air pressure transmitter h. Differential pressure (inlet/discharge) transmitter 4–20 mA i. Blow off valve limit switches (open/closed)

Page 41: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

j. Discharge valve limit switch (open/closed) k. Motor and VFD temperature sensor l. Bearing temperature sensor (if applicable) m. Blower vibration sensor

E. Master Control Panel

1. A master control panel (MCP) shall control multiple turbo-blowers using a standalone Allen-Bradley ControlLogix (1756-L62 series, programmed with RSLogix 5000 programming software) providing process air into a common header at a constant pressure set point. The MCP shall control the group of turbo-blowers to maintain operation at their optimal efficiency as the process demand fluctuates. The MCP shall have appropriate PLC I/O modules that interface with the field instruments, and communication modules that provide a link with the local control panels (LCP) and the plant’s supervisory control and data acquisition (SCADA) system. An HMI shall be provided on the face of the MCP. The HMI shall be Allen Bradley PanelView Plus 1250, 12.5-inch screen, programmed with FTView Studio ME programming software. In addition, EQUIPMENT SUPPLIER shall provide CITY with access to the PLC program without any restrictions. The PLC program shall be the property of the CITY.

2. The MCP shall receive a 4–20 mA analog signal from a pressure sensor on the main air header. The MCP shall analyze the signal, calculate the required number of blowers to operate and their optimal speed. It shall also communicate control data to each turbo-blower using a closed loop communication protocol.

In addition, the MCP shall communicate with the Plant’s SCADA system using Ethernet/IP protocol to transmit the turbo-blower status and operational parameters.

3. The MCP and HMI shall be assembled into a single freestanding NEMA 12 and shall carry a UL label certifying the assembled enclosure complies with UL 508. The MCP shall be provided with an appropriately sized uninterruptible power supply (UPS).

4. Environmental Suitability: The MCP shall be suitable for operation in the ambient conditions in Visalia, as specified in this Document. Heating, cooling, and dehumidifying devices shall be provided integral to the enclosure in order to maintain all instrumentation devices 20 percent within the minimums and maximums of their rated environmental operating ranges. For example, if the most critical instrumentation device in the enclosure is the HMI with operating temperature limits between 32 and 131 degrees F, devices shall be provided to maintain the internal enclosure temperature between 39 and 105 degrees F. The EQUIPMENT SUPPLIER shall provide all power wiring for these devices within the enclosure.

City of Visalia Aeration Blowers Pre- Selection

5A-12

5. The EQUIPMENT SUPPLIER shall support software configuration and testing of the data links between the blower MCP and the plant SCADA system.

Page 42: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

a. At a minimum, the following outputs shall be provided to the plant SCADA system: i. All alarms ii. All equipment status iii. Motor speed (each blower) iv. Discharge pressure (each blower) v. Blower run (each blower) vi. Blower stop (each blower) vii. Blower fault (each blower) viii. UPS fault

b. The following inputs shall be provided from the plant PLC and SCADA system:

i. Remote system start ii. Remote system stop

F. Local Control Panel:

1. Each blower skid shall be provided with a Local Control Panel (LCP) The LCP shall contain the PLC, PLC I/Os, terminal strips for connection to the skid mounted instruments, UPS, and 24 VDC power supply. The PLC, if provided, shall be Allen-Bradley CompactLogix 1769-L32E. Provide separate panel access between 120 VAC and 480 VAC equipment or provide separate panels. Segregation between signal wiring and 120 VAC wiring shall also be provided. The enclosure shall be NEMA 12 and shall carry a UL label certifying the assembled enclosure complies with UL 508.

2. The LCP shall start and shut down the blower in a programmed sequence, monitor blower operation and control operating variables. The LCP shall also contain a program for continuous optimization of blower efficiency with respect to changes in capacity, inlet temperature, and differential pressure across the blower.

City of Visalia Aeration Blowers Pre- Selection

5A-13

3. LCP Operator Interfaces: At a minimum, provide the following functions on the face of the local control panel (LCP).

a. Hand Switches:

i. Hand-Off-Auto ii. Start-Stop. iii. Alarm RESET (following an Alarm condition, the blower shall be

locked out until reset is issued). b. HMI/Keypad Display: The turbo-blower functions shall be monitored

continuously during operation and communicated to the HMI/keypad display. At a minimum, the following functions shall be accessible from the HMI/keypad.

Page 43: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

i. Output pressure ii. Inlet Pressure iii. Operating time in days/hours iv. Differential pressure at inlet air filter v. Motor current draw vi. Motor winding and bearing temperature vii. VFD temperature viii. Inlet air temperature

c. Faults and Alarms: The turbo-blower system shall be continuously

monitored for proper operation of the blower and its associated control system. In the event of a blower malfunction, either an alarm or a fault message shall appear on the control panel display. If the fault is critical to the safe operation of the turbo-blower the blower shall be automatically shut down until the fault is acknowledged through the HMI/keypad and/or corrected.

The control system shall automatically monitor the following conditions:

i. Power Supply Status: 1) Over voltage in main power supply 2) Under voltage in main power supply 3) One phase missing

ii. Process Air Inlet and Outlet:

1) Blockage in the inlet or outlet air piping 2) Overpressure 3) Inlet air temperature too high (surge)

iii. Cooling Air Inlet and Outlet:

1) Blockage in the inlet or outlet air piping 2) Cooling air over temperature 3) Motor temperature 4) VFD temperature 5) Bearing temperature (if applicable)

G. Blower Control Requirements

The aeration blower discharge pressure shall be controlled based on the common header pressure as sensed by a pressure transmitter connected to the MCP. The blower controls shall maintain the header pressure constant as the air flow to the aeration basins varies due to changing process requirements.

H. Aeration Basin Air Flow Controls

City of Visalia Aeration Blowers Pre- Selection

5A-14

The aeration basins have independent air flow control loops. Each loop includes a dissolved oxygen (DO) probe, a motor operated control valve, and a venturi flowmeter. The DO probe transmitter shall send a 4–20 mA signal to the MCP DO controller programmed in its PLC. The DO controller shall cascade its output as a set

Page 44: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

point to a software flow controller also programmed in the MCP PLC. The output of the PLC flow controller shall be transmitted to the corresponding control valve via Profibus communication. As the demand for DO varies the control valve shall modulate to maintain the DO setpoint entered in the MCP HMI. Above control description is typical for all loops.

I. Aeration Basins Field Instrument Requirements

The required control valves, flowmeters, and dissolved oxygen probes shall be provided by the EQUIPMENT SUPPLIER. The final sizing of the control valves shall be the responsibility of the EQUIPMENT SUPPLIER. The installation and electrical connections of the instruments to the master control panel shall be the responsibility of the GENERAL CONTRACTOR.

5A.2.16. STANDARD WARRANTY

The EQUIPMENT SUPPLIER shall warrant the blowers and the aeration control system against defects in design, materials and workmanship for a period of two (2) years. The warranty shall begin upon successful completion of startup and certification for full-scale operation. The warranty shall include all parts and labor, except for consumables. The warranty shall include bearings as well as all other scheduled and unscheduled maintenance except routine maintenance. Routine maintenance consists of checking and changing lubricants and filters when required.

Warranty shall be in writing to the CITY prior to final acceptance. During the warranty period, the EQUIPMENT SUPPLIER shall repair or replace, at no cost to the CITY, the defective elements, within 14 calendar days of receiving notice of a failure. All materials and labor including transportation costs for the equipment to and from Visalia are covered under this warranty.

City of Visalia Aeration Blowers Pre- Selection

5A-15

5A.2.17. OPTIONAL EXTENDED WARRANTY

The EQUPMENT SUPPLIER shall also provide the CITY, as an option, an extended warranty beyond the first two year standard warranty time period. The extended warranty shall start from the end date of standard two year warranty and shall continue for the next three (3) years. The extended warranty shall have the same terms and conditions as the standard warranty and shall include all parts and labor, except for consumables. The extended warranty shall include bearings as well as all other scheduled and unscheduled maintenance except routine maintenance.

The optional extended warranty shall also include, at no additional cost to the CITY, a three (3) year factory service program which shall start from the end date of the standard warranty and shall, as a minimum, include the following:

1. A minimum of two (2) visits per year (more if required at no extra charge to the CITY) to the treatment plant by a factory representative during the three year program to check operation of the equipment, including all instruments, controls, valves, mechanical equipment and software. The system shall be re-adjusted and re-calibrated as necessary.

Page 45: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

2, Observe operation of aeration system controls to assure optimum operation and power savings.

3. Observe the CITY’s operators and maintenance personnel regarding implementation of the proper preventive maintenance procedures. Re-train the personnel, as necessary, on operation and care of the equipment.

4. At the end of the three (3) years, perform an air-end inspection of one unit and make recommendations to the CITY for a long-term future preventive maintenance program.

Please note that the cost of extended warranty and factory service program shall be provided as a separate line item in the Bid Schedule in the space provided. The City, at its sole discretion, has the option of purchasing the Optional Extended Warranty at any time during the Standard Warranty Period per Section 5A.2.16 and shall be per the prices furnished in the Bid Schedule.

5A.2.18. TOOLS The EQUIPMENT SUPPLIER shall supply four (4) complete sets of special

wrenches or other special tools necessary for the assembly, adjustment and dismantling of the equipment. All tools shall be furnished in labeled tool boxes of suitable design.

5A.2.19. SPARE PARTS

C. The EQUIPMENT SUPPLIER shall furnish the following spare parts: 1. One set of inlet air filters for each unit 2. Any other recommended spare parts

Spare parts shall be stored in accordance with the provisions of this paragraph. Spare parts shall be tagged by project equipment number and identified as to part number, equipment manufacturer, and subassembly component (if appropriate). Spare parts with individual weights less than 50 pounds and dimensions less than 2 feet wide, or 18 inches high, or 3 feet in length shall be stored in a wooden box with a hinged wooden cover and locking hasp. Hinges shall be strap type. The box shall be painted and identified with stenciled lettering stating the name of the equipment, equipment numbers, and the words "spare parts." A list of the spare parts in the box shall be taped to the underside of the cover.

5A.2.20. MANUFACTURERS The aeration blower system shall be one of the following or an approved equal.

1. ABS 2. K-Turbo 3. HSI

City of Visalia Aeration Blowers Pre- Selection

5A-16

4. Neuros

Page 46: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

5A.3 EXECUTION 5A.3.1. PACKING AND SHIPPING

A. All materials shall be suitably packaged and braced to protect against damage during transit, handling, and unloading. The EQUIPMENT SUPPLIER shall package all equipment, and shall be responsible for and make good any and all damage until equipment is delivered to the jobsite. The EQUIPMENT SUPPLIER shall provide written storage procedures. All accessories shall be packaged separately in containers plainly marked. The packing list, listing the contents of each container, shall be placed in moisture-proof envelope and securely fastened to the outside of the container. The EQUIPMENT SUPPLIER shall fabricate and deliver materials to the jobsite to conform to the GENERAL CONTRACTOR’s construction schedule, so as to minimize handling and onsite storage of the equipment.

B. The EQUIPMENT SUPPLIER shall notify the GENERAL CONTRACTOR five (5) working days prior to shipment of the equipment, of the details of the shipping schedule. Materials shall be unloaded, by the GENERAL CONTRACTOR, to a designated storage area, and covered until use in accordance with the EQUIPMENT SUPPLIER’s directions. The EQUIPMENT SUPPLIER shall provide detailed instructions for off-loading and storage of equipment. The EQUIPMENT SUPPLIER shall supply all special tools, slings, and components necessary for unloading EQUIPMENT SUPPLIER’S equipment. Such tools, slings, and components shall be included with the shipment in a separate, clearly marked container. Any articles or materials that might otherwise be lost shall be boxed or wired in bundles and plainly marked for identification.

C. The EQUIPMENT SUPPLIER shall obtain all risk transit insurance covering the value of the materials and the aeration blowers being transported to the project site. This shall include ocean cargo coverage as applicable.

D. The equipment delivery schedule shall be coordinated with the GENERAL CONTRACTOR.

5A.3.2. QUALITY ASSURANCE AND QUALITY CONTROL

A. The EQUIPMENT SUPPLIER shall have in-place a dedicated quality control / quality assurance program that conforms to widely accepted standards such as International Organization for Standardization (ISO)-9000 / ISO-9001.

B. The EQUIPMENT SUPPLIER shall assign a project engineer for the duration of the project from EQUIPMENT SUPPLIER selection through Field Performance Testing. The project engineer shall be a single source of contact between the EQUIPMENT SUPPLIER, ENGINEER, and CONTRACTOR.

City of Visalia Aeration Blowers Pre- Selection

5A-17

C. Unless otherwise indicated, all products, materials, and equipment shall be subject to inspection by the CITY or their representative at the place of manufacture, including access to EQUIPMENT SUPPLIER’S production facility and facilities of sub-suppliers. Costs for CITY/ENGINEER inspection, including travel and subsistence

Page 47: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

for three (3) people in the place of manufacture, excluding salaries, shall be borne by the EQUIPMENT SUPPLIER and included in his/her proposed price.

D. The presence of the CITY or their representative at the place of manufacture, however, shall not relieve the EQUIPMENT SUPPLIER of the responsibility for furnishing products, materials, and equipment which comply with all requirements of the contract documents. Compliance is a duty of the EQUIPMENT SUPPLIER, and said duty shall not be voided by CITY’S on-site inspection.

E. No equipment shall be shipped until the test data are approved by the CITY or otherwise directed by the CITY/ENGINEER.

5A.3.3. INSTALLATION AND START-UP

A. The equipment shall be installed by the GENERAL CONTRACTOR. The GENERAL CONTRACTOR may inspect materials or equipment upon arrival on the job site and immediately prior to installation, and reject damaged or defective items. The EQUIPMENT SUPPLIER shall replace damaged or defective products, materials, and equipment at no additional cost to the CITY.

B. The EQUIPMENT SUPPLIER shall supply written instructions and recommendations with the equipment, and approved shop drawings for the GENERAL CONTRACTOR’s use in installing the equipment. Additionally, the EQUIPMENT SUPPLIER shall provide the services of a qualified field representative employed by the EQUIPMENT SUPPLIER to visit the project site to instruct the GENERAL CONTRACTOR’s personnel, inspect, and insure that the installation is performed in accordance with their specifications. The EQUIPMENT SUPPLIER shall provide the representative for a minimum of two (2) trips involving six (6) eight hour days total, at the job site, for this purpose. If there are difficulties in operation of the equipment due to the EQUIPMENT SUPPLIER’s fabrication, additional services shall be provided at no extra cost to the CITY.

1. The EQUIPMENT SUPPLIER shall provide, as a minimum, the following field

services:

a. Verify proper connection of piping and installation of accessories b. Ensure field precision alignment of the motor, shaft and blower c. Check leveling of blower base d. Confirm proper wiring of all instruments and field wired items

2. The EQUIPMENT SUPPLIER shall conduct a field run test for a minimum of eight (8) hours to demonstrate that, under all conditions of operation, each unit:

a. Has not been damaged by transportation or installation b. Has been properly installed c. Has no mechanical defects d. Has fully functional instrumentation and properly calibrated and set

City of Visalia Aeration Blowers Pre- Selection

5A-18

e. Will start, run, and stop in the prescribed manner

Page 48: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

f. Will run through the entire range of specified pressure and flow rates g. Has the proper shutdown sequence of standard stop, soft stop, and emergency stop h. Is free of overheating of any parts i. Is free of objectionable vibration and noise j. Is free of overloading of any parts k. Demonstrates the simultaneous and continuous efficiency optimization by altering

the speed via VFD, based on inlet temperature, differential pressure, and capacity l. Demonstrate mechanical integrity of the complete unit including, motor coupled

with blower train. The train shall be operated through its entire specified range of flow and pressure.

3. The EQUIPMENT SUPPLIER shall conduct a minimum of eight (8) hour field run

test of the aeration system instrumentation, controls, and valves. The test shall demonstrate the following:

a. The air header pressure control loop will automatically control on-line blowers in

stable operation. b. Air flow control loop maintains the proper air flow to each pre-aeration basin,

based on the DO and other aeration system control parameters. c. The DO control loop maintains a pre-set DO level, as determined by the Plant

Operator in each pre-aeration basin. d. The entire aeration system of blowers, air flow control valves, and

instrumentation operates in a stable fashion, maintains air flow control valves in their most open position, and maintains DO in the pre-aeration basins as determined by the Plant Operator.

4. The GENERAL CONTRACTOR shall be responsible for providing all material,

labor and equipment required for running all field tests. The GENERAL CONTRACTOR shall schedule testing with the full knowledge and consent of the CITY and shall ensure no adverse affect on the operation of plant facilities.

5. The EQUIPMENT SUPPLIER shall conduct a final acceptance test after the

installation of all equipment has been completed and the equipment has operated for a sufficient period to make all necessary corrections and adjustments. In the event any of the equipment fails to meet the specified test requirements, it shall be modified and retested, at EQUIPMENT SUPPLIER’s sole expense. The EQUIPMENT SUPPLIER shall then furnish a certificate stating the equipment has been satisfactorily tested and is correctly installed, properly aligned and ready to be placed in regular operation. A separate certificate shall be provided for each blower, as they become available for use by the CITY. Certification shall include date of final acceptance test, as well as a listing of all persons present during tests, and resulting test data.

5A.3.4. OPERATION AND MAINTENANCE TRAINING

City of Visalia Aeration Blowers Pre- Selection

5A-19

The EQUIPMENT SUPPLIER shall provide an experienced direct employee to teach an eight-hour training class of CITY personnel on proper procedures for operation and maintenance of the system. The class shall be held on-site, in Visalia, and scheduled within seven days after the completion of field tests. The EQUIPMENT SUPPLIER shall provide

Page 49: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

10 copies of the Operation and Maintenance Manual, adequately bound and of high quality, to the CITY at least 10 days before the training class. The Manual (10 copies) shall be resubmitted within 14 days after the training class, incorporating any comments made by the CITY and/or ENGINEER during training. 5A.3.5. PAYMENT AND RETAINAGES Payment, less any applicable penalties/adjustments for non-performance, shall be made to the EQUIPMENT SUPPLIER according to the following schedule. 1. Delivery of equipment 70 percent of lump sum for Item A, Item B (if applicable) and

Item C (if desired by the CITY) of the Bidding Schedule for the selected Option and blower capacity.

2. Completion of installation

20 percent of lump sum for Item A, Item B (if applicable) and Item C (if desired by the CITY) of the Bidding Schedule for the selected Option and blower capacity

3. Successful completion of start-up and certification of completion

Remainder of lump sum for Item A, Item B (if applicable) and Item C (if desired by the CITY) of the Bidding Schedule for the selected Option and blower capacity.

City of Visalia Aeration Blowers Pre- Selection

5A-20

Page 50: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

City of Visalia Aeration Blowers Pre- Selection

5A-21

Page 51: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

SECTION 5B - TECHNICAL SPECIFICATIONS Single Stage Centrifugal Gear-driven Blowers

5B.1 GENERAL 5B.1.1. WORK OF THIS SECTION The WORK of this Section includes providing single stage centrifugal gear-driven aeration blowers, based on air flow rates provided for Flat Sheet and Hollow Fiber type MBR systems, as per Section 5B.2.2. The aeration blowers shall be electric motor driven, single-stage, centrifugal type and shall be complete with vibration isolators, drive motor, integral gear box, lubrication system, electrical components, motor starters, electrical control panels and all necessary components, complete and operable.

The EQUIPMENT SUPPLIER shall be responsible for providing a complete blower system, as described herein, and for delivering the equipment to the job site. All the equipment and parts under this WORK shall be new and unused. The WORK shall include providing control valves and other accessories for dissolved oxygen (DO) control including DO analyzers as well as the complete control of the blower system as shown in the drawings. Overall responsibility for control shall belong to the EQUIPMENT SUPPLIER without in any way mitigating the responsibility of the GENERAL CONTRACTOR. The blower system shall be installed by the GENERAL CONTRACTOR under the direction of the EQUIPMENT SUPPLIER. The GENERAL CONTRACTOR shall be responsible for off-loading the equipment, providing any temporary storage and installing the equipment in place, all in accordance with the EQUIPMENT SUPPLIER’s recommendations. Installation shall include mounting the unit, piping the unit, providing power to panels and installing all interconnecting wires and pipes required between various components. The WORK also requires all equipment and appurtenances shall comply with the requirements of the 2007 California Building Code (CBC) and applicable Sections of ASCE Standard 7-05 by using the following minimum values in design.

a. Seismic Component Importance Factor for Anchorage of Mechanical and Electrical Equipment, I: 1.25.

Mechanical equipment, piping, piping supports, and piping connections shall be designed to prevent sliding or overturning. Seismic calculations shall be stamped by a registered civil engineer in California and shall be submitted by the EQUIPMENT SUPPLIER through the GENERAL CONTRACTOR to the ENGINEER for approval.

City of Visalia Aeration Blowers Pre- Selection

5B-1

The BIDDER’s machining and assembly shops must be ISO 9001 certified in order to assure conformance to the highest quality standards of the industry. The BIDDER shall be experienced, reputable and qualified in the manufacture of the equipment to be furnished and must have supplied at least five systems of comparable size, application and complexity in the United States in the last five years. Equipment of comparable size and complexity shall have the following characteristics: Single Stage Centrifugal blower system (multiple aeration

Page 52: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

blowers operating in parallel of the same size and model as offered) with integrated air flow control to supply varying amounts of air to the aeration tanks in municipal wastewater treatment plants.

5B.1.2. SPECIFICATIONS AND STANDARDS

Except as otherwise indicated, the current editions of the following apply to the WORK of this Section:

A. AGMA, American Gear Manufacturers Association. B. ASME, American Society of Mechanical Engineers. C. ASTM, American Society of Testing and Materials. D. ANSI, American National Standards Institute. E. IEEE, Institute of Electrical and Electronics Engineers. F. NEC, National Electrical Code. G. OSHA, Occupational Safety and Health Act. H. ISA, Instrument Society of America I. NEMA, National Electrical manufacturers Association 5B.1.3. SHOP DRAWINGS AND SAMPLES Either as a part of this bid or prior to release for manufacture of equipment, as indicated below, the EQUIPMENT SUPPLIER shall submit information on and/or shop drawings of all equipment for review by the ENGINEER (Parsons).

City of Visalia Aeration Blowers Pre- Selection

5B-2

Items to be submitted with this bid Completed bid forms (provided in Section 4). Factory test procedure for flow, pressure and power measurement for Guarantee purposes. Complete bill of materials and warranty documents with a complete description of the warranty. Complete system description including air blower curves, motor and drive system ratings with all nameplate data and speed vs. guaranteed minimum efficiency, actual power consumption and torque curves. Complete system interconnection diagrams for the power supply, control panels, drive motor and all ancillary equipment connected to control system, including terminal numbers of connection points. Complete description of control system including its sequence of operation, interface requirements and all functions monitored, controlled and alarmed. Complete installation and dimensional drawings, certified correct for the specific application, showing details of construction, dimensions, anchor bolts, blower control panels, parts and materials of construction. Complete list of tools and spare parts supplied for initial installation and start-up, and a list of recommended spare parts for future maintenance that were not supplied Complete information on at least five installations, performing successfully, of comparable size, application and complexity constructed in the past five years (form provided). Complete data on power consumption (kW) with corresponding capacity (scfm) and operating pressure (psi) of identical machines supplied at other plant sites. Complete description of the efficiency optimization system that simultaneously and continuously adjusts the position of variable inlet guide vanes and variable diffuser vanes to obtain the lowest power consumption based on the three variables of inlet temperature, differential pressure and machine capacity.

Page 53: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

5B.1.4. FACTORY TESTING

A. The CITY and/or its representative will witness any factory test and shall, therefore, be informed at least 21 days in advance of the test. The EQUIPMENT SUPPLIER shall include all expenses, including all travel and subsistence expenses, in the Bid price, for witness testing by three (3) persons total from the ENGINEER and from the CITY. All blowers shall be individually factory tested and witnessed

B. Each motor shall be shop tested in accordance with the most recent IEEE test procedures. A certified motor data sheet shall be included in the O&M Manual.

C. Each blower shall be tested in accordance with the most recent ASME Power Test Code for Centrifugal Compressors and Exhausters, PTC-10. The compressor/gearbox shaft input horsepower shall be measured using a calibrated torque meter as per the Code. Other methods of measurement as specified in the PTC-10 may be considered, provided the BIDDER lists the method proposed in the “Exception Form” of this document, along with reasons for the exception and an explanation as to why the proposed method is equivalent to or better than the specified method in terms of accuracy, reliability and repeatability. Also provide verifiable references where this test method was used successfully. The test shall include determination of the surge point and verification of the guarantee points. Shaft power consumption shall include the main shaft driven oil pump. Flow, temperature, pressure, and power shall all be measured in accordance with the code. Flow and discharge pressure shall be guaranteed with no negative tolerance. Regardless of the test method used for measurement of shaft horsepower, test and calculation tolerance shall not exceed ±0%. Test report shall present computations as per Sections 5, 6 and 7 of the Code, with performance curves showing capacity, pressure and horsepower inputs. All test equipment shall be calibrated and certified no more than twelve (12) months prior to the test date.

D. Prior to delivery, each blower and motor shall be functionally tested with the local control panel (LCP) connected to all skidded instruments, electric actuators, the master control panel (MCP) and appurtenances. All start/stop sequences, operator interfaces, safety systems and alarms shall be tested by simulating starting, running and stopping of the blower motor. All LCPs and the MCP shall be functionally tested

City of Visalia Aeration Blowers Pre- Selection

5B-3

Items to be submitted prior to release for manufacture through the General Contractor Fabrication details and shop drawings with dimensions as applicable. Recommendations for both long term and short term storage of major equipment. The EQUIPMENT SUPPLIER’s recommended installation procedures. Shop and field testing procedures. Vibration analysis by a specialist experienced in this type of work and his written recommendations for keeping the vibration at a safe limit. Seismic calculations. A list of special tools. Operation and Maintenance (O&M) Manuals (with parts list) for the equipment as per Section 5B.3.4 A description of the blower system’s routine maintenance and repair requirements.

Page 54: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

for proper operation of all logic circuits. All set points shall be set and verified. All instruments shall be calibrated for the proper range of operation.

E Test results of the motor, blower and functional tests shall be included in the O&M Manual.

5B.2 PRODUCTS 5B.2.1. GENERAL

A. The EQUIPMENT SUPPLIER shall furnish a complete blower system to supply variable volumes of air for four (4) pre-aeration basins as explained in Section 3.2. As the pre-aeration basins may experience fluctuation in flow, EQUIPMENT SUPPLIER shall note that turn-down and precise control of blower capacity is critical for this application. The blowers shall be equipped with suitable mechanism to provide continuous flow control and power optimization according to the changes in process air flow and differential pressure automatically without operator interface when the controls are in the remote mode.

B. A common air header manifold is proposed to serve all pre-aeration basins. The control panels, instrumentation and accessories shall optimize system operation. All items specified in this Section shall be supplied by the EQUIPMENT SUPPLIER to provide a sole source responsibility for a properly functioning blower system with the objective to minimize power consumption while providing the proper volume of air. All components shall be new and both workmanship and materials shall be of the very best quality, entirely suitable for the service to which the units are to be subjected and shall conform to all applicable sections of these specifications. Components specified shall be understood to establish minimum requirements only, and do not relieve the GENERAL CONTRACTOR of responsibility for providing a properly functioning system.

C. The blowers shall be motor driven, single-stage centrifugal, horizontal / vertical split type, complete with integral gearbox and accessories as described. Each blower shall be provided with axial inlet, side discharge, with adjustable discharge. Multi-stage centrifugal or rotary positive displacement blowers are not acceptable.

5B.2.2. DESIGN CRITERIA

City of Visalia Aeration Blowers Pre- Selection

5B-4

A. Each of the aeration blowers shall be furnished for the following design operating conditions.

1. Site Elevation 300 ft above MSL

2. Atmospheric Pressure 14.53 psia

3. Blower Inlet Losses (design) 0.2 psig

4. Discharge Air Pressure 8.5 psig

5. Blower Turndown, 100 to 50 % of capacity

Page 55: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

6. Ambient Temperature (design) 110 deg.F

7. Relative Humidity (design) 85 %

8. Motor rating of each blowera < 400 HP

9. Voltage rating for each blower 460 Volts

10. Maximum noise level at 3 feet 80 dBA

b. NOTE : The rated HP of each blower motor shall not be more than 400 HP

in order to avoid medium voltage (4160 V) requirement. The WCP currently does not have a medium voltage service. All motors proposed shall be suitable for 460 V operation and shall have provisions (Low Voltage Solid State Motor Starters) to minimize in-rush current in compliance with Section 16481 attached as Appendix B.

5B.2.3. POWER GUARANTEE

A. The EQUIPMENT SUPPLIER shall submit guaranteed wire to air kW values for each air blower. The wire to air kW shall include all losses associated with the blower unit at all specified operating points. The wire to air power must include all motor, thermal, mechanical and electrical losses of the turbo-blower as well as losses of all auxiliary equipment. The manufacturer shall provide wire to air kW values by completing Table 3 and Table 4 below, and also include a specific curve for each point at site conditions. The completed table will be considered the basis of the Power Guarantee and all related requirements as specified herein. The guaranteed wire to air KW value at the specified operating points shall be guaranteed per flow rates calculated using test standards specified herein with +0 tolerance. The guaranteed wire to air power draw of the blower unit shall not exceed the following.

Table 3 - Option C- Flat sheet membrane system – 31,700 scfm total

Quantity (duty + stand-

by)

Evaluation Factor

Factored Power Draw (kW)

Design

Point

Capacity

(%)

Air Flow per

blower (scfm)*

Discharge Pressure

(psig)

Inlet Tem

p (°F)

RH (%)

Guaranteed Wire to Air Power

Draw (HP)

1 100 ** ** 8.5 110 85 ** 0.20 **

2 75 ** ** 8.5 110 85 ** 0.35 **

3 60 ** ** 8.5 110 85 ** 0.30 **

4 50 ** ** 8.5 110 85 ** 0.15 **

City of Visalia Aeration Blowers Pre- Selection

5B-5

Page 56: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

Table 4 - Option D- Hollow Fiber membrane system – 35,600 scfm total

Quantity (duty + stand-

by)

Evaluation Factor

Factored Power Draw (kW)

Design

Point

Capacity

(%)

Air Flow per

blower (scfm)*

Discharge Pressure

(psig)

Inlet Tem

p (°F)

RH (%)

Guaranteed Wire to Air Power

Draw (HP)

1 100 ** ** 8.5 110 85 ** 0.20 **

2 75 ** ** 8.5 110 85 ** 0.35 **

3 60 ** ** 8.5 110 85 ** 0.30 **

4 50 ** ** 8.5 110 85 ** 0.15 **

*SCFM measured at 14.7 psia, 68°F and 36% RH

**To be filled in by EQUIPMENT MANUFACTURER

Table 5 – Wastewater and Air Flow Rate Variations

Year AADWF Flow (MGD)

Flow Condition

Flow Rate (MGD) Air Flow Rate (scfm)

C – Flat Sheet D – Hollow Fiber2012 13.5 low flow 6.75 6,200 7,000

avg. flow 13.5 12,400 13,900 peak flow 22 19,800 22,250

2022 17 low flow 8.5 7,650 8,600 avg. flow 17 15,300 17,200 peak flow 27 24,500 27,550

2032 22 low flow 11 9,900 11,150 avg. flow 22 19,800 22,250 peak flow 35 31,700 35,600

B. In the event the tested wire to air power draw (as tested per Section 5B.1.4) is in excess of the guaranteed wire to air power draw from Tables 3 and 4, the units shall be re-worked by the EQUIPMENT SUPPLIER and re-tested and re-witnessed by three (3) persons total from the ENGINEER AND THE CITY, at no additional cost to the CITY, until they comply with the specifications.

C. Even after repeated testing after making all necessary adjustments and reworking on the air blowers, should the factory tests show that the actual wire to air power draw is more than the guaranteed wire to air power draw, at the CITY’s sole discretion, the Contract Price Value shall be adjusted as follows:

City of Visalia Aeration Blowers Pre- Selection

5B-6

Page 57: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

Adjusted contract price = A minus B. A = Contract price B = $20,630* times C C = Sum of positive evaluated wire to air KW values

* Based on the 20 year present worth of 1 kW continuous draw @ $0.13/kWh escalated at 4% per year and discounted at 5% per year. Present Worth factor is 18.12. "C" shall be calculated as follows:

Operating (1) Point Evaluation

Factor

Actual Wire to Air KW Minus Guaranteed Wire

to Air KW Evaluated (2) KW

1 0.20 [________] [________] 2 0.35 [________] [________] 3 0.30 [________] [________] 4 0.15 [________] [________]

"C" (sum of above)(1) These operating points shall match the operating points as specified in the Power Guarantee section of these Specifications. (2) Evaluated KW = evaluation factor times (actual wire to air KW minus guaranteed wire to air KW). Only the positive evaluated KW values will be considered in calculating “C.”

D. Blower shall operate satisfactorily over a flow range of 50% to 100% design flow at specified discharge pressure throughout an inlet temperature range of 40 0F to 110 0F without being in surge and overloading the drive motor.

The following is a summary of design criteria for pre-aeration basins.

Parameter Unit

Size of each basin ft x ft 200 x 50 Side water depth ft 15 MLSS concentration mg/L Up to 10,000

5B.2.4. BLOWER AND INTEGRAL GEARBOX CASING:

City of Visalia Aeration Blowers Pre- Selection

5B-7

D. Blower casing shall be made of ASTM A536 or cast iron ASTM A278, Class 30 with a maximum continuous duty design temperature of 300 0F and design pressure of 50 psig. The blower inlet shall be connected directly to the inlet filter/silencer by a flexible connection supplied by the EQUIPMENT SUPPLIER. Air inlet shall be axial through an annular inlet. Less efficient air flow directly into the center of the impeller shall not be acceptable. The design of the casing shall be such that the required pressure is developed within the blower casing without the need of additional equipment. As such, the final discharge pressure must be provided and measured at the discharge flange of the compressor.

Page 58: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

The discharge flange shall be faced and drilled to ANSI B16.1, Class 150 pound. A threaded port shall be provided at the lowest point of the casing for drainage. The blower casing shall be provided with lifting lugs capable of supporting the blower/gearbox.

B. The gear drive housing shall be of ASTM A48 and sufficiently rigid to maintain the

shaft positions under maximum loads. Inspection ports shall be provided to allow access to the gearbox internals for the purpose of visual inspection.

C. The blower and gear housing assemblies shall be machined to close tolerances for

bearing fit, gear alignment, and air and oil tightness. D. The gearbox shall be of ample size and rated to transmit the maximum torque and

horsepower input requirements to the blower under all-operating conditions and continuous duty. All exposed-machined surfaces shall be coated with a corrosion-resistant compound prior to shipment.

City of Visalia Aeration Blowers Pre- Selection

5B-8

5B.2.5. INTEGRAL GEARBOX

A. Gearbox configuration shall incorporate a single helical gear with all components in the gearbox accessible through the gearbox top cap. The overhung impeller and high speed shaft shall operate between the first and second critical speeds.

B. Blower and gear shaft shall be machined from heat-treated, forged steel and suitable

ground. Any responsive lateral critical speed of the rotating assembly shall be at least 15 percent from the normal operating speed. Any torsional resonances of the package shall be at least 10 percent above or 10 percent below normal operating speed. All rotating elements shall be dynamically balanced and conform to “Design and Selection of Components for Enclosed Gear Drives” (AGMA 6001-C88).

C. The speed-increasing, helical, parallel shaft type gears shall be made of case hardened

alloy steel forgings with the gear teeth precision ground. All gears shall be manufactured in accordance with the American Gear Manufacturers Association “Standard Specification for Measurement of Sound on Enclosed Helical, Herringbone and Spiral Bevel Gear Drives” (AGMA 6025-C90) to a minimum AGMA quality number no less than 12, as specified in AGMA 2000/A88. Service factor used to size the gearbox shall be at least 1.8.

D. The shaft seals shall be of a non-contract, multi-point labyrinth type and operated dry. A vented space between air and oil seals shall be provided. Any leakage shall be minimized by having small clearances between female and male parts. The female part shall be made of aluminum or bronze to avoid damage to the shaft in the event of a seal rub. Numerous slinger rings (diameter changes) on the shaft shall be provided in the sealing area to ensure oil is centrifugally slung off the shaft. Uniform shaft diameter without multiple slinger rings in each sealing area will not be acceptable.

Page 59: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

5B.2.6. IMPELLER

A. The impeller shall be of the open or closed radial flow type with backward leaning blades. The impellers shall be identical for all blower units with backward leaning blades. Material of construction of the impeller shall be forged aluminum alloy or fabricated/cast 17-4PH or stainless steel. Impeller manufacturing technique shall be Manufacturer’s standard supported by minimum of 10 years of successful operating experience.

B. The impeller shall be attached to the shaft by the micro-spline method or shrinkfit and locknut arrangement in order to prevent fretting and to reduce wear on the impeller. The axial gap between the impeller and compressor casing shall be adjustable by means of shims in order to assure the prescribed gap. Gap adjustments by means of machining the casings or shafts are not acceptable.

D. The impeller shall be statically and dynamically balanced. The impeller – shaft

assembly shall be dynamically balanced to minimize vibration levels.

City of Visalia Aeration Blowers Pre- Selection

5B-9

5B.2.7. VARIABLE VANES

A. The EQUIPMENT SUPPLIER shall furnish inlet guide vanes and variable discharge diffuser vanes to facilitate turndown of each blower from 100% to 50% of capacity while maximizing efficiency over the entire turndown range.

B. An adjustable inlet guide vane assembly shall be provided to pre-rotate incoming air and, thus, maximize efficiency. Inlet guide vanes shall be made in an aerodynamic, streamlined design in cross section and located in a radial fashion around the annular inlet. Inlet guide vane position shall be controlled by the efficiency optimization software matrix from the LCP.

C. The inlet guide vanes shall modulate simultaneously with the diffuser vanes to continuously optimize efficiency based on the three variables of inlet temperature, differential pressure, and machine capacity. The EQUIPMENT SUPPLIER shall demonstrate, in submittals and testing, the simultaneous efficiency optimization based on these three variables. Step control of vanes for efficiency optimization or control using less then these three variables shall not be acceptable.

D. Variable discharge diffuser vanes shall be provided for capacity control and designed to obtain the highest efficiency over the entire regulating range. Vanes shall be aerodynamically shaped for maximizing efficiency.

E. Flat steel plates shall not be used for inlet guide vanes or the variable diffuser vanes.

F. The inlet guide vane and the variable diffuser assemblies shall be mounted integral with each blower, multi-leaf and pivoted and located in cast iron housings. All vanes shall be mounted in permanently lubricated sleeve bearings.

G. Each variable vane assembly shall include a skid mounted electric actuator, limit switches, and open/closed indication of the LCP. Independent, floor mounting of the actuator or its operating mechanisms shall not be allowed.

Page 60: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

H. The position of each set of vanes, from fully open to fully closed, shall be transmitted to the LCP via an analog signal. Position of both sets of vanes shall be indicated by an adjustable manual lever arm and calibrated dial on the blower.

5B.2.8. BEARINGS

A. Hydrodynamic, oil pressure lubricated bearings shall be required with sufficient oil film thickness under all operating conditions. Steel-backed babbitted or bronze construction shall be used.

B. Drive shaft radial bearings shall be cylindrical, journal type. Drive shaft thrust bearings shall be multiple segment, tapered land type designed for thrust in both directions.

C. Pinion shaft thrust bearings shall be multiple segment, tapered land type designed for thrust in both directions.

D. All journal bearings and active side of both thrust bearings shall be provided with embedded 100 ohm platinum RTDs exiting the gearbox in the lower half. RTDs shall connect to the LCP for monitoring and alarm.

5B.2.9. OIL LUBRICATION SYSTEM

A. A complete lube oil system shall be provided with each blower, installed integral with the blower base and arranged to permit ease of accessibility for operation, maintenance, inspection and cleaning.

B. One gearbox shaft driven primary oil pump and one electric motor driven oil pump

(as pre-lube, post-lube) shall be provided. Each oil pump shall be capable of full capacity and pressure to supply lubrication for the air blower/gearbox when operating and during start/stop. The electric motor driven oil pump shall operate at start/stop of blower and at low oil pressure, activated by the control system located in the LCP. The motor shall be sized to have adequate power to pump oil at minimum oil temperature of 50 0F.

C. The oil reservoir shall be integral to the blower base, with the reservoir interior de-

scaled and rust-proofed by the application of a permanent coating. Reservoirs shall be baffled to minimize air entrapment and to isolate foam, equipped with a suitably sized vent and breather filter and have a minimum working capacity of 3 minute retention time based on normal flow. The reservoir shall have a minimum 6-in. flanged clean out with blind flange, and 3/4 inch drain at the bottom/side of the reservoir.

D. The oil filter shall be of the full flow, replaceable cartridge, duplex type, capable of

removing particles over 10 microns with a clean oil filter element pressure drop not exceeding 5 psi at design temperature and flow. A visual gauge shall indicate when a filter is dirty and requires changing.

City of Visalia Aeration Blowers Pre- Selection

5B-10

E. A tube and shell oil or water to oil, oil cooler (designed to ASME section VII division 1) shall be furnished and mounted on each blower skid. The oil cooler shall be designed for 85 deg F. Cooling water. Carbon Steel Shell on the oil side and Admiralty tubes on the water side with 3/8-inch tubes will be required.

Page 61: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

F. The EQUIPMENT SUPPLIER's standard provisions for oil heating shall be provided to heat the oil if the ambient temperature around the blower is expected to go below 50 0F. The heater shall be mounted in the oil reservoir with the contractor located in the LCP. The blower shall not start unless the oil temperature is above 50 0F. Low oil temperature warning indication shall be provided on each local panel.

5B.2.10. COUPLING

A A flexible, forged steel, double-disc, dry type spacer coupling shall be furnished to

connect the blower and motor. Coupling and spacer shall be balanced to AGMA, Class 8, or better, and sized with a minimum service factor of 1.5. Coupling construction shall be such that either shaft of the unit may be removed without disturbing adjustment of the other. An OSHA approved steel guard shall be provided and installed over the coupling.

B. A complete torsional critical speed analysis shall be conducted to insure that the

blower, motor and coupling are properly designed. Include data in the submittal to confirm that there are no torsional critical speeds within the operating range of the unit.

5B.2.11. EQUIPMENT BASE AND MOUNTING

A. Each blower system shall be supplied with a steel base plate with sufficient rigidity to maintain alignment of shafts under load. Base shall support the blower, gearbox, motor, and lubricating system. The oil reservoir shall be integral with the base.

B. The base shall be a single unit, constructed of fabricated steel with lifting lugs

capable of lifting the base using a four point lift with all equipment mounted without distortion or damage to the base or other system components. The base shall have machined leveling surfaces and vertical jackscrews. Horizontal jackscrews shall be provided for positioning of the motor. Motor shall be aligned to the blower prior to shipment.

C. The base shall be suitable for vibration isolator mounting designed for a

transmissibility of less than 2%. 5B.2.12. ELECTRICAL MOTORS

A. Electrical motors and starters shall be in accordance with the specification Sections 16150 and 16480 and 16481, attached as Appendix B to this document.

5B.2.13. INLET FILTER SILENCER

City of Visalia Aeration Blowers Pre- Selection

5B-11

A. Each blower shall be provided with an inlet filter/silencer connected directly to the inlet of the blower via a flexible connector. Walls of the silencer shall consist of sandwiched galvanized steel outer skin and acoustical sound deadening material on the inside of the housing.

Page 62: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

B. The integral inlet silencer shall consist of a lamella, mounted internal in the filter/silencer, between the filter elements and the blower inlet, suitably wrapped with sound deadening material. Lamella construction shall be such that there is no direct line of sight (direct flow) through the lamella, and the lamella so configured such that the line of air flow shall make at least four turns, for maximum attenuation.

C. The filter elements shall be rectangular, replaceable elements, and removable through a door located on the side of the housing. A two-stage filter panel system shall be supplied. The coarse outer filter shall have a removal efficiency of at least 93% on 10 micron, and the fine filter element shall have a removal efficiency of at least 99.5 percent on 2.0 micron. The air after filtration shall contain less than 0.04 milligrams of dust per 1000 cubic ft. The coarse outer filter element shall be replaceable with the blower running. The filters shall be sized for a maximum face velocity of 575 ft/min, at peak airflow.

D. Maximum clean filter pressure drop of the inlet filter/silencer with the elements installed shall be 2.5 in. W.C. (0.09 psig). Maximum pressure drop with dirty inlet filters shall be 4.5 in. W.C. (0.16 psig). A pressure sensor shall be provided to alert maintenance of clogged filter elements. Air filtration equipment shall include gauge taps, bolts, washer, nut, seals and appurtenances required for complete installation.

5B.2.14. INLET AIR LOUVER AND TRANSITION SHROUD (IF APPLICABLE)

A. If applicable to the proposed machine, the EQUIPMENT SUPPLIER shall provide inlet air louvers for placement in the wall opening, properly sized to remove water droplets from incoming air. Louvers shall protect the air inlet from a horizontal, driving rain. Louvers shall be formed out of aluminum alloy of the double drainable type with double drain gutters in each blade and downspouts in frame jambs and mullions, with removable screen within the frame to facilitate cleaning. As required, the EQUIPMENT SUPPLIER shall also provide a galvanized steel transition shroud from the inlet air louver to the air filter inlet. The inside of the transition shroud shall be lined with one (1) inch sound insulation containing an inert barrier. The inert barrier shall be covered with a thin layer of aluminum foil, and secured to the barrier via an industrial adhesive. The inlet air louver and transition shroud shall be installed by the GENERAL CONTRACTOR.

5B.2.15. DISCHARGE FLEX CONNECTOR

A. Each blower shall be provided with a filled arch type discharge expansion joint or a flex connector, capable of withstanding the vacuum and pressure under all operating conditions and a temperature of 300°F.

5B.2.16. DISCHARGE SILENCER

City of Visalia Aeration Blowers Pre- Selection

5B-12

A. Each blower shall be provided with an absorptive type discharge silencer to increase the blower outlet size to the larger diameter air discharge piping. Maximum sidewall angle increase shall be 7° per side (14°, total). The silencer shall be designed with two concentric perforated cylinders lined with acoustical packing. The center cylinder

Page 63: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

shall be sized and positioned to prevent straight through flow. Minimum 10-gauge carbon steel shall be used with discharge flange and bypass flange size. Suitable instrument connections shall be provided, as required. The inside wall of the discharge silencer shall be lined with deep layers of sound absorbing material, resistant to high temperatures and covered by a perforated steel plate, minimum 10-gauge thickness so as to form sandwiched layers of the external silencer surface, acoustical material and internal perforated steel plate. The acoustical packing material shall be capable of continuous operation at 300°F minimum. The silencer open cross section shall be designed for a maximum of 125 feet per second velocity at the maximum design flow condition with a maximum pressure drop of 4” water.

5B.2.17. DISCHARGE VALVE

E. Each blower shall be provided with a flanged butterfly valve on discharge for field installation and wiring to the LCP by the GENERAL CONTRACTOR. The valve operator shall be motorized, 460/60/3, NEMA 4, open/close in thirty (30) seconds or less, equipped with starter, open/close limit switches, and shall be suitable for air service up to 300 °F. Controls for the valve shall be mounted in each LCP. The valves shall have flat-faced flanged ends conforming to ANSI B16.1, 125 pound standard. All manually operated valves installed more than 5 ft above grade shall be provided with a chain operator.

5B.2.18. DISCHARGE CHECK VALVE

A. Each blower shall be provided with a flanged end discharge check valve, of the dual, flat-plate type with center hinge and spring closure, with cast iron body and aluminum plates. Type 316 stainless steel springs, and rated for temperatures up to 300°F. Check valve shall be mounted in a horizontal run of piping.

5B.2.19. BLOW-OFF (BY-PASS) VALVE F. Each blower shall be provided with a cast iron body flanged blow-off butterfly valve

for field installation and wiring to the LCP by the GENERAL CONTRACTOR. Valve shall allow unloaded start-up / shutdown, be suitable for modulating service for active surge control. The valve operator shall be motorized, 460/60/3, NEMA 4, open/close in fifteen (15) seconds or less, equipped with starter, open/close limit switches, and shall be suitable for air service up to 300 °F. Controls for the valve shall be mounted in each LCP. The valves shall have flat-faced flanged ends conforming to ANSI B16.1, 125 pound standard. The blow off valves shall be adequately sized to handle the flow and pressures seen during start up and shut down and shall vent the blow-off air to the outside of the blower building. All manually operated valves installed more than 5 ft above grade shall be provided with a chain operator.

5B.2.20. AIR HEADER BLOW-OFF VALVE

City of Visalia Aeration Blowers Pre- Selection

5B-13

G. The main air header shall be provided with steel or cast iron body flanged blow-off valve for field installation and wiring to the MCP by the GENERAL CONTRACTOR

Page 64: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

for the purpose of balancing air flow during system start-up and optimization. The blow-off valve shall be located on the main air header as detailed in the drawings. The butterfly valve shall be “high performance” with offset seat and eccentric shaft. The valve shall be capable of sealing against full differential pressure in either direction. Valve seat shall be both self and pressure energized with an elastomeric core. The self-energizing member shall be isolated from the line media. Valve shall have retained top and bottom with low friction bearings, and suitable for air service up to 300°F. Valve operator shall be motorized, NEMA 4, open/close in 15 seconds or less, equipped with starter, open/close limit switches, and position feedback of valve position to the MCP. Controls for the valve shall be mounted in the MCP with indicators to annunciate fully open or closed. A meter shall be provided in an Operator Interface display screen indicating position. All manually operated valves installed more than 5 ft above grade shall be provided with a chain operator.

5B.2.21. BLOW-OFF VALVE SILENCER

A. A carbon steel blow-off silencer shall be provided for each blower, designed to the same specifications as the discharge silencer. Internal baffles, packed with sound absorbent material, shall direct airflow around four (4) 90° turns in an annular flow configuration. Assemble as an integral unit, including one (1) flange connection for mounting on to a roof-top discharge pipe. Design flow shall be based on blower flow at start-up conditions. Allowable pressure drop is not significant. Open cross section maximum velocity shall not exceed 250 feet per second.

5B.2.22. INSTRUMENTATION

A. The EQUIPMENT SUPPLIER shall provide skid-mounted Local Control Panels (LCPs) for each blower and a floor mounted Master Control Panel (MCP) to sequence the blowers and control the air flow to each pre-aeration basin. This shall be accomplished by interfacing with the pre-aeration basins’ valves, flow meters, and dissolved oxygen probes, all to be provided by the EQUIPMENT SUPPLIER. In addition to the requirements set forth herein, the instrumentation and control panels to be furnished under this section shall meet with the applicable requirements of Section 13320 Field Mounted Instruments and 13370 Programmable Controllers and Panel Instruments attached as Appendix A.

B. The MCP shall control multiple blowers using a standalone Allen-Bradley ControlLogix (1756-L62 series, programmed with RSLogix 5000 programming software) PLC system providing process air into a common header at a constant pressure set point.

C. The EQUIPMENT SUPPLIER shall be responsible for the selection and sizing of the instruments and valves. All control valve electric motor actuators shall be controlled by Profibus DP/DPV1 two-wire communication. Provide appropriate Profibus interface cards in the motor actuator and the MCP PLC.

City of Visalia Aeration Blowers Pre- Selection

5B-14

D. Blower skid instrumentation shall include, as a minimum:

Page 65: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

1. Inlet air temperature gauge 2. Inlet air temperature transmitter 4-20 mA 3. Surge switch or appropriate device to test surge 4. Discharge air pressure gauge (installed by the GENERAL CONTRACTOR) 5. Oil temperature transmitter 6. Oil temperature gauge 7. Oil low pressure switch or pressure transmitter 8. Oil pressure gauge 9. Oil filter differential pressure indicator 10. Oil level dipstick 11. Variable diffuser position transmitter 12. Inlet guide vane position transmitter 13. Blow-off valve limit switches (integral with blow-off valve and wired to the

LCP by the GENERAL CONTRACTOR)

E. The motor shall be supplied with thermal relays embedded in the motor windings. Thermal relays shall be connected to the LCP for alarm and shutdown. The MCP shall receive and the Operator Interface shall graphically display the alarm signal.

F. The blower shall be supplied with a gearbox mounted velometer connected to the LCP for alarm and shutdown.

G. The vibration detectors shall be factory wired to the skid mounted LCP. The PLC in the LCP shall receive, and the Operator Interface shall graphically display, the vibration probe signals. The Operator Interface shall include an adjustable alarm feature on the rising vibration levels that first alarms and is followed by unit shutdown. The alarm/shutdown shall be displayed until reset. Provide necessary hardware for direct communication between vibration probes, PLC, and Operator Interface.

5B.2.23. LOCAL CONTROL PANEL (LCP)

A. Each blower skid shall be provided with a LCP.

B. The skid mounted LCP shall contain the PLC, I/Os, terminal strips for connection to the skid mounted instruments, 24 VDC power supply, etc. AC power to the LCP shall be 480 VAC which shall be stepped down to 120 VAC and lower DC voltages within the LCP. Provide separate panel access between 120 VAC and 480 VAC equipment or provide separate panels.

C. The enclosure shall be NEMA 12 and shall carry a UL label certifying the assembled enclosure complies with UL508.

City of Visalia Aeration Blowers Pre- Selection

5B-15

D. The PLC shall start and shutdown blower in a permissive sequence, receive input, monitor, and control operating variables. The PLC shall also contain a program for continuous optimization of blower efficiency with respect to changes in capacity, inlet temperature, and differential pressure across the blower. After a power failure the blower shall receive a command from the MCP to re-start.

Page 66: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

E. Identify each end of each wire by a unique wire number printed on a heat shrink sleeve marker.

F. Provide on each local LCP an Operator Interface touch sensitive, color monitor screen Allen-Bradley PanelView Plus 1250, 12.5”, incorporating the following functions, controls, alarms, and meters in easy-to-interpret screens. Use visual graphics and minimum written instructions:

1. Start blower 2. Stop blower 3. Local control 4. Remote/Auto control 5. Open blow-off valve 6. Close blow-off valve 7. Open discharge valve 8. Close discharge valve 9. Open variable diffuser vane 10. Close variable diffuser vane 11. Open inlet guide vane 12. Close inlet guide vane 13. Electric oil pump start 14. Electric oil pump stop 15. Open water solenoid valve 16. Close water solenoid valve 17. Low oil pressure indicator 18. High oil temperature indicator 19. High differential pressure across oil filter indicator 20. Low oil level indicator 21. Surge control indicator 22. Inlet air high temperature (recirculation surge) indicator 23. High winding temperature indicator 24. High vibration indicator 25. General alarm indicator 26. Global alarm reset 30. Alarm horn silence (alarm acknowledge)

G. Provide a non-resettable hourmeter and emergency stop mushroom pushbutton on the panel front.

H. The blowers shall start under an automatic sequence initiated by the local start signal or the remote start signal from the MCP. Upon signal to start, position transmitters shall signal that the inlet guide vanes and variable diffuser vanes are at minimum, the discharge valve is closed and the bypass valve is opened. All blower vanes and valves shall be equipped with limit switches on both the open and closed position to indicate position. If components are not properly positioned, they shall move to their respective start positions automatically via the PLC logic.

City of Visalia Aeration Blowers Pre- Selection

5B-16

Once all start/safety functions are confirmed, the blower motor shall be started. A feedback signal from the MCC shall confirm the main drive motor started being

Page 67: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

energized. When the blower reaches operating speed, as determined by the motor start sequence, the automatic sequence shall operate to open inlet guide vanes, open the discharge valve, close the blow-off (bypass) valve, and release control of the inlet guide vanes and variable diffuser vanes to local/remote control. Interlocks shall be provided to prevent blower operation after the delay time during start-up, if the components are not correctly positioned. Provide sequence fail alarm and shutdown if any portion of the start, run, or stop sequence is not properly executed.

I. The surge detection system shall sense unbalanced/surge conditions by use of pressure sensing devices. Detection of surge conditions shall shutdown the blower.

J. There shall be three means of shutting down the blower:

1. Normal Stop – Initiated by pushing the stop button or remote stop. Machine normally stops such that no surging occurs.

2. Soft Stop – Initiated by:

a. High inlet air temperature (Recirculation/surge) b. Blow-off valve has not closed within 5 minutes after receiving feedback

signal from MCC c. Surge d. High motor winding temperature e. High motor amps f. High oil temperature

3. Emergency Stop – Initiated by:

a. Pushing emergency stop button b. High vibration – Danger caused either equipment imbalance or seismic event c. No feedback signal from MCC during Start Sequence d. Loss of feedback signal from MCC during Normal Operation e. PLC failure f. Sequence failure during start-up g. Low oil pressure

K. The high inlet air temperature (recirculation) alarm shall be active at all times, regardless of whether or not the blower is operating, so long as there is power to the LCP. The purpose for this is to facilitate detecting reverse airflow.

L. Data communication (Ethernet/IP) shall be provided between the PLC’s, located in each LCP and the MCP. Data communication between MCP and the SCADA system shall be by Ethernet/IP. The EQUIPMENT SUPPLIER shall coordinate with the GENERAL CONTRACTOR in configuring the communications between MCP and the SCADA system.

M. Typical parameters to be transmitted:

To plant process control (for blower monitoring purposes):

1. Blower on

City of Visalia Aeration Blowers Pre- Selection

5B-17

2. Blower off

Page 68: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

3. Common alarm

4. Control status – Local or remote/auto

To MCP (Master Control Panel):

1. Blower ready for start 2. Blower on 3. Maximum air flow 4. Minimum air flow 5. Common alarm 6. Blower in remote/auto

To and From MCC (Motor Control Center) – (Hardwired discrete signals by the GENERAL CONTRACTOR):

1. Motor start signal to MCC (discrete) 2. Run confirmation signal (discrete feedback from MCC) 3. MCC alarm (discrete) 4. Motor amps from MCC (analog)

5B.2.24. BLOWER DATA MONITORING AND ACQUISITION (DMA) A. The EQUIPMENT SUPPLIER shall provide a DMA system to receive process

analog and digital input from primary instruments specified or listed below. The DMA system shall monitor blower performance and gather data to predict preventative maintenance.

B. Locate the DMA system in the Blower MCP, which shall be accessible to the

operator at the Blower MCP’s operator interface.

C. The DMA system hardware shall consist of a computer based system, housed in an industrial configuration, with appropriate I/O modules, memory and communication drivers that allows it to be placed on the PLC communication links within the MCP. Display readout of monitored functions in easy to read, graph or bar chart form on the MCP’s HMI specified in paragraph 5.2.25. Also provide a port for external connection to a printer (by others) and/or for data transfer.

D. The DMA system shall have the following capabilities:

1. Monitor any or all analog devices 2. Monitor all required digital signals such as alarms 3. Compare analog signals to their associated set points 4. Log all monitored points for trend analysis 5. Save logged data in DBF (database files), which allows it to be analyzed using

third-party software such as Microsoft Excel, Crystal Reports, or FoxPro. 6. The touch screen color monitor shall:

a. View real-time trends

City of Visalia Aeration Blowers Pre- Selection

5B-18

b. View historical information

Page 69: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

c. View machine variables d. Display graphs and charts

E. The DMA system shall provide the following output:

1. Vibration input shall be used to create a graphical representation of bearing and machine vibration, over time, with warning and alarm set points.

2. RTD input from bearings and motor windings shall be used to create a graphical representation of bearing and winding temperatures, over time, with warning and alarm set points.

3. Inlet air filter pressure build-up across each of the two filter stages, with a warning for filter change. Predict percent of filter life remaining, based on previous data.

4. Surge – date/time history of each surge 5. Warning and shut-down alarms. Date/time history of each occurrence. 6. Evaluate all analog signals, and through deductive logic, determine operating

status of all primary sensors and transmitters. Upon determination of a faulty transmitter, the DMA system shall remove any non-essential device from operation to reduce unnecessary equipment shutdown. The probable reason for an analog device fault shall be displayed for operator troubleshooting.

7. Inlet air temperature 8. Differential pressure 9. Oil temperature 10. Oil pressure 11. Oil filter differential – Warning for filter change. Predict percent of filter life

remaining, based on previous data. 12. Oil replacement – Predict percent of useful life remaining for lubricating oil. 13. Motor amps

Record and display via graphical presentation, items 8, 9, 10, 11, and 13 with

alarm and shutdown levels for the purpose of long-term trending.

E. The specified data represents the minimum input to the DMA system. Provide other input as necessary, to log historical trends via graphical format, record alarms on an alarm history page, create algorithms and set points as necessary.

F. A means of implementing a Virtual Private Network (VPN) connection shall be

provided to contact the EQUIPMENT MANUFACTURER when the city deems necessary for the purpose of factory access to the DMA system, to assist in preventative maintenance and trouble shooting.

City of Visalia Aeration Blowers Pre- Selection

5B-19

5B.2.25. MASTER CONTROL PANEL (MCP)

A. A freestanding, NEMA 12 enclosure with a PLC-based sequencing program and a TFT Operator Interface industrial computer shall be provided and tested by the EQUIPMENT MANUFACTURER for automatic sequencing of blowers to control

Page 70: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

and monitor pre-aeration basins’ instrumentation. The GENERAL CONTRACTOR shall provide and wire the 120 VAC, 30 amp supply.

B. The MCP shall provide air header pressure control with any or all of the blowers in service. The PLC shall receive the main air header pressure 4-20 mA signal, and increase/decrease on-line blower capacity to maintain the air header pressure at the set point. The discharge pressure set point shall be adjustable from the MCP or from a remote serial or analog input provided by others.

C. The MCP shall provide two modes of air header pressure control:

1. Fixed mode in which the set point is manually adjusted via controls on the front of the control panel.

2. Most open valve control mode in which the pressure set point is based on air flow control valve position. In addition to the air header pressure 4-20 mA signal input, the MCP shall also receive 4-20 mA position signal input from each air flow control valve. The pressure set point versus valve position function shall be a linear function derived from field operated experiments, which shall be designed and conducted by the EQUIPMENT SUPPLIER to determine the most efficient header pressure throughout the range of valve positions.

City of Visalia Aeration Blowers Pre- Selection

5B-20

D. The blower system control shall use inputs of DO, air flow, valve position, and main air header pressure to optimize system design. The objective shall be to operate at the lowest system pressure and desired DO level to affect modulation of air flow to all pre-aeration basins.

E. The MCP shall have process integrating control loops for each pre-aeration basin to monitor and control DO, air flow, and air flow control valves. DO in a pre-aeration basin shall be maintained at a pre-set level, as determined by the Plant Operator, from the MCP via a manual set point at the MCP for each pre-aeration basin. The air flow meter shall be used as the control function and air flow control valve as the controlled function. The DO probes shall input to the MCP providing a secondary control loop to optimize the air flow rate with DO control. Maximum and minimum air flow set points and warning alarms shall be based on design parameters set during the submittal stages by the ENGINEER.

F. The PLC shall bring blowers on and off-line and increase/decrease on-line blower capacity based on cascade or parallel control logic. The result shall be a gradual increase/decrease of air throughout the entire range of all blower(s) on-line. In the event of a blower failure, the next blower in the pre-selected start sequence shall come on-line.

G. The MCP shall provide surge control of the entire on-line blower system by modulating the main air header blow-off valve as system pressure rises, approaching a surge condition. System surge shall be automatically controlled via a dynamic algorithm based on the blower performance curves, ambient temperature, and the main air header discharge pressure or manually, via blow-off set point from the MCP.

H. The programmable electronic Operator Interface shall be Allen-Bradley integrated display computer, 15”, model 6181P and have multiple color screens to display operating variables, valve positions, and other relevant data. Operating screens shall have a touch sensitive screen point to select the start sequence of the blowers, a touch

Page 71: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

sensitive screen point for pressure set point adjustment and the local/remote touch sensitive screen point for local or remote pressure or most open valve system control. The operation shall be programmed to be user friendly by providing sufficient prompting that an operator can intuitively follow through the commands to operate the blower system.

Displays and controls shall be provided to monitor all process variable input for master control and to monitor and modify set points, as required.

The monitor shall display screens identifying the blowers on-line including the lead blower and the ability to modify the lead blower selection.

The monitor shall provide options for control of the blowers and air flow control valves as a manual function, air header pressure controlled via manual set point, or via floating air header pressure set points based on most open valve philosophy. All valve positions shall be displayed with the most open valve being appropriately identified.

I. The MCP’s Operator Interface shall have status indicators for each blower as follows:

1. Blower in remote

2. Blower ready for start

3. Blower on

4. Common alarm

J. External signals from the MCP to each LCP shall be as follows:

1. Blower start/stop signal

2. Increase air flow

3. Decrease air flow

5B.2.26. CONTROL PANEL DESIGN AND TESTING

A. The EQUIPMENT SUPPLIER shall design, fabricate and test the LCPs, the MCP with all units connected and interfaced as a complete system. Inputs and outputs that cannot be connected shall be simulated, so that the MCP software can be fully tested and witnessed by the CITY. This WORK shall not be outsourced, the purpose being to ensure quality assurance, control, and testing by the EQUIPMENT SUPPLIER in an ISO 9001 certified shop. This testing of the Blower at the EQUIPMENT SUPPLIER’s shop shall be completed as specified in Section 5B.1.4 of this specification section.

5B.2.27. STANDARD WARRANTY

City of Visalia Aeration Blowers Pre- Selection

5B-21

The EQUIPMENT SUPPLIER shall warrant the blowers and the aeration control system against defects in design, materials and workmanship for a period of two (2) years. The warranty shall begin upon successful completion of startup and certification for full-scale operation. The warranty shall include all parts and labor, except for consumables. The warranty shall include bearings as well as all other

Page 72: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

scheduled and unscheduled maintenance except routine maintenance. Routine maintenance consists of checking and changing lubricants and filters when required.

Warranty shall be in writing to the CITY prior to final acceptance. During the warranty period, the EQUIPMENT SUPPLIER shall repair or replace, at no cost to the CITY, the defective elements, within 14 calendar days of receiving notice of a failure. All materials and labor including transportation costs for the equipment to and from Visalia are covered under this warranty.

5B.2.28. OPTIONAL EXTENDED WARRANTY

The EQUPMENT SUPPLIER shall also provide the CITY, as an option, an extended warranty beyond the first two year standard warranty time period. The extended warranty shall start from the end date of standard two year warranty and shall continue for next three (3) years. The extended warranty shall have the same terms and conditions as the standard warranty and shall include all parts and labor, except for consumables. The extended warranty shall include bearings as well as all other scheduled and unscheduled maintenance except routine maintenance.

The optional extended warranty shall also include, at no additional cost to the CITY, a three (3) year factory service program which shall start from the end date of the standard warranty and shall, as a minimum, include the following:

1. A minimum of two (2) visits per year (more if required at no extra charge to the CITY) to the treatment plant by a factory representative during the three year program to check operation of the equipment, including all instruments, controls, valves, mechanical equipment and software. The system shall be re-adjusted and re-calibrated as necessary.

2, Observe operation of aeration system controls to assure optimum operation and power savings.

3. Observe the CITY’s operators and maintenance personnel regarding implementation of the proper preventive maintenance procedures. Re-train the personnel, as necessary, on operation and care of the equipment.

4. At the end of the three (3) years, perform an air-end inspection of one unit and make recommendations to the CITY for a long-term future preventive maintenance program.

Please note that the cost of extended warranty and factory service program shall be provided as a separate line item in the Bid Schedule in the space provided. The City, at its sole discretion, has the option of purchasing the Optional Extended Warranty at any time during the Standard Warranty Period per Section 5B.2.27 and shall be per the prices furnished in the Bid Schedule.

5B.2.29. TOOLS

City of Visalia Aeration Blowers Pre- Selection

5B-22

Page 73: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

The EQUIPMENT SUPPLIER shall supply four (4) complete sets of special wrenches or other special tools necessary for the assembly, adjustment and dismantling of the equipment. All tools shall be furnished in labeled tool boxes of suitable design.

5B.2.30. SPARE PARTS

A. The EQUIPMENT SUPPLIER shall furnish the following spare parts:

1. One complete set of all bearings for the blowers and motors 2. One complete set of “O” rings, gaskets, and seals for the blowers and motors 3. One set of primary inlet air filters for each unit 4. One set of oil filter cartridges for each unit

B. All spare parts shall be suitably packaged and clearly identified with indelible marking on the containers.

5B.2.31. MANUFACTURERS The aeration blower system shall be one of the following or an approved equal. Atlas Copco Compressors, Inc.

Turblex, Inc. Dresser – Dresser Roots

5B.3 EXECUTION 5B.3.1. PACKING AND SHIPPING

E. All materials shall be suitably packaged and braced to protect against damage during transit, handling, and unloading. The EQUIPMENT SUPPLIER shall package all equipment, and shall be responsible for and make good any and all damage until equipment is delivered to the jobsite. The EQUIPMENT SUPPLIER shall provide written storage procedures. All accessories shall be packaged separately in containers plainly marked. The packing list, listing the contents of each container, shall be placed in moisture-proof envelope and securely fastened to the outside of the container. The EQUIPMENT SUPPLIER shall fabricate and deliver materials to the jobsite to conform to the GENERAL CONTRACTOR’s construction schedule, so as to minimize handling and onsite storage of the equipment.

City of Visalia Aeration Blowers Pre- Selection

5B-23

F. The EQUIPMENT SUPPLIER shall notify the GENERAL CONTRACTOR five (5) working days prior to shipment of the equipment, of the details of the shipping schedule. Materials shall be unloaded, by the GENERAL CONTRACTOR, to a designated storage area, and covered until use in accordance with the EQUIPMENT SUPPLIER’s directions. The EQUIPMENT SUPPLIER shall provide detailed instructions for off-loading and storage of equipment. The EQUIPMENT SUPPLIER shall supply all special tools, slings, and components necessary for unloading EQUIPMENT SUPPLIER’S equipment. Such tools, slings, and components shall be

Page 74: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

included with the shipment in a separate, clearly marked container. Any articles or materials that might otherwise be lost shall be boxed or wired in bundles and plainly marked for identification.

G. The EQUIPMENT SUPPLIER shall obtain all risk transit insurance covering the value of the materials and the aeration blowers being transported to the project site. This shall include ocean cargo coverage as applicable.

H. The equipment delivery schedule shall be coordinated with the GENERAL CONTRACTOR.

5B.3.2. QUALITY ASSURANCE AND QUALITY CONTROL

F. The EQUIPMENT SUPPLIER shall have in-place a dedicated quality control / quality assurance program that conforms to widely accepted standards such as International Organization for Standardization (ISO)-9000 / ISO-9001.

G. The EQUIPMENT SUPPLIER shall assign a project engineer for the duration of the project from EQUIPMENT SUPPLIER selection through Field Performance Testing. The project engineer shall be a single source of contact between the EQUIPMENT SUPPLIER, ENGINEER, and CONTRACTOR.

H. Unless otherwise indicated, all products, materials, and equipment shall be subject to inspection by the CITY or their representative at the place of manufacture, including access to EQUIPMENT SUPPLIER’S production facility and facilities of sub-suppliers. Costs for CITY/ENGINEER inspection, including travel and subsistence for three (3) people in the place of manufacture, excluding salaries, shall be borne by the EQUIPMENT SUPPLIER and included in his/her proposed price.

I. The presence of the CITY or their representative at the place of manufacture, however, shall not relieve the EQUIPMENT SUPPLIER of the responsibility for furnishing products, materials, and equipment which comply with all requirements of the contract documents. Compliance is a duty of the EQUIPMENT SUPPLIER, and said duty shall not be voided by CITY’S on-site inspection.

J. No equipment shall be shipped until the test data are approved by the CITY or otherwise directed by the CITY/ENGINEER.

5B.3.3. INSTALLATION AND START-UP

A. The equipment shall be installed by the GENERAL CONTRACTOR. The GENERAL CONTRACTOR may inspect materials or equipment upon arrival on the job site and immediately prior to installation, and reject damaged or defective items. The EQUIPMENT SUPPLIER shall replace damaged or defective products, materials, and equipment at no additional cost to the CITY.

City of Visalia Aeration Blowers Pre- Selection

5B-24

B. The EQUIPMENT SUPPLIER shall supply written instructions and recommendations with the equipment, and approved shop drawings for the GENERAL CONTRACTOR’s use in installing the equipment. Additionally, the

Page 75: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

EQUIPMENT SUPPLIER shall provide the services of a qualified field representative employed by the EQUIPMENT SUPPLIER to visit the project site to instruct the GENERAL CONTRACTOR’s personnel, inspect, and insure that the installation is performed in accordance with their specifications. The EQUIPMENT SUPPLIER shall provide the representative for a minimum of two (2) trips involving six (6) eight hour days total, at the job site, for this purpose. If there are difficulties in operation of the equipment due to the EQUIPMENT SUPPLIER’s fabrication, additional services shall be provided at no extra cost to the CITY.

1. The EQUIPMENT SUPPLIER shall provide, as a minimum, the

following field services:

a. Verify proper connection of piping and installation of accessories b. Ensure field precision alignment of the motor, blower, and coupling c. Check leveling of blower base d. Confirm proper wiring of all instruments and field wired items e. Run motor uncoupled for up to one-half (1/2) hour to verify motor operation and

check magnetic center for proper marking/location

2. The EQUIPMENT SUPPLIER shall conduct a field run test for a minimum of eight (8) hours to demonstrate that, under all conditions of operation, each unit:

a. Has not been damaged by transportation or installation b. Has been properly installed c. Has no mechanical defects d. Has fully functional instrumentation and properly calibrated and set e. Will start, run, and stop in the prescribed manner f. Will run through the entire range of specified pressure and flow rates g. Has the proper shutdown sequence of standard stop, soft stop, and emergency stop h. Is free of overheating of any parts i. Is free of objectionable vibration and noise j. Is free of overloading of any parts k. Demonstrates the simultaneous and continuous efficiency optimization by altering

the position of inlet guide vanes and discharge diffuser vanes, based on inlet temperature, differential pressure, and capacity

l. Demonstrate mechanical integrity of the complete unit including, motor coupled with blower train with its lubrication system. The train shall be operated through its entire specified range of flow and pressure. The following parameters shall be tested for and shall be recorded and included as part of test report.

• Blower and motor shaft vibration levels at each bearing location • Bearing temperature • Oil supply pressure and temperature • Blower housing vibration level

City of Visalia Aeration Blowers Pre- Selection

5B-25

• Blower, motor, and lubrication system shall be free of any oil leaks.

Page 76: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

• Verify the actual power draw of the motor at the site for each installed blower as per Section 5B.1.4 and compare with the guaranteed power draw.

3. The EQUIPMENT SUPPLIER shall conduct a minimum of eight

(8) hour field run test of the aeration system instrumentation, controls, and valves. The test shall demonstrate the following:

a. The air header pressure control loop will automatically control on-line blowers in

stable operation. b. Air flow control loop maintains the proper air flow to each pre-aeration

basin, based on the DO and other aeration system control parameters. c. The DO control loop maintains a pre-set DO level, as determined by the

Plant Operator in each pre-aeration basin. d. The entire aeration system of blowers, air flow control valves, and

instrumentation operates in a stable fashion, maintains air flow control valves in their most open position, and maintains DO in the pre-aeration basins as determined by the Plant Operator.

4. The GENERAL CONTRACTOR shall be responsible for providing all material,

labor and equipment required for running all field tests. The GENERAL CONTRACTOR shall schedule testing with the full knowledge and consent of the CITY and shall ensure no adverse affect on the operation of plant facilities.

5. The EQUIPMENT SUPPLIER shall conduct a final acceptance test after the

installation of all equipment has been completed and the equipment has operated for a sufficient period to make all necessary corrections and adjustments. In the event any of the equipment fails to meet the specified test requirements, it shall be modified and retested, at EQUIPMENT SUPPLIER’s sole expense. The EQUIPMENT SUPPLIER shall then furnish a certificate stating the equipment has been satisfactorily tested and is correctly installed, properly aligned and ready to be placed in regular operation. A separate certificate shall be provided for each blower, as they become available for use by the CITY. Certification shall include date of final acceptance test, as well as a listing of all persons present during tests, and resulting test data.

5B.3.4. OPERATION AND MAINTENANCE TRAINING The EQUIPMENT SUPPLIER shall provide an experienced direct employee to teach an eight-hour training class of CITY personnel on proper procedures for operation and maintenance of the system. The class shall be held on-site, in Visalia, and scheduled within seven days after the completion of field tests. The EQUIPMENT SUPPLIER shall provide 10 copies of the Operation and Maintenance Manual, adequately bound and of high quality, to the CITY at least 10 days before the training class. The Manual (10 copies) shall be resubmitted within 14 days after the training class, incorporating any comments made by the CITY and/or ENGINEER during training.

City of Visalia Aeration Blowers Pre- Selection

5B-26

Page 77: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

5B.3.5. PAYMENT AND RETAINAGES Payment, less any applicable penalties/adjustments for non-performance, shall be made to the EQUIPMENT SUPPLIER according to the following schedule. 1. Delivery of equipment 70 percent of lump sum for Item A, Item B (if applicable) and

Item C (if desired by the CITY) of the Bidding Schedule for the selected Option and blower capacity.

2. Completion of installation

20 percent of lump sum for Item A, Item B (if applicable) and Item C (if desired by the CITY) of the Bidding Schedule for the selected Option and blower capacity

3. Successful completion of start-up and certification of completion

Remainder of lump sum for Item A, Item B (if applicable) and Item C (if desired by the CITY) of the Bidding Schedule for the selected Option and blower capacity.

City of Visalia Aeration Blowers Pre- Selection

5B-27

Page 78: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

APPENDIX A

INSTRUMENTATION & CONTROL SPECIFICATIONS

City of Visalia Aeration Blowers Pre- Selection

Page 79: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

SAMPLE EQUIPMENT SUPPLY AGREEMENT subject to changes SUPPLY AERATION BLOWER SYSTEM

(WATER CONSERVATION PLANT City of Visalia RFP No. 09-10-59)

This Agreement, entered into and effective this _____ day of ____________, 2010 [“Effective Date”], by and between the City of Visalia, hereinafter referred to as the “CITY”, and _______________________________ hereinafter referred to as the “EQUIPMENT SUPPLIER”, “BIDDER”, or “SUBRECIPIENT”. R E C I T A L S WHEREAS, EQUIPMENT SUPPLIER is a _____________________ (type of business) with a primary business address of _____________________________________________ and Tax ID Number or Employer ID Number of : ____________________; and WHEREAS, CITY is a municipal corporation and Charter Law City; and WHEREAS, CITY desires to pre-select EQUIPMENT SUPPLIER and guarantee pricing of Aeration Blower System for the City’s Water Conservation Plant Upgrade Project, which was let to bid in May, 2010 as evidenced by RFP No. 09-10-59 (the Aeration Blower System Pre-Selection Document for Water Conservation Plant in Visalia, CA); and WHEREAS, City of Visalia reviewed and evaluated responses to the Request for Proposals and determined that EQUIPMENT SUPPLIER shall be the supplier of said equipment and shall furnish Aeration Blower System per specifications of RFP-09-10-59 upon order of the City’s General Contractor; and WHEREAS, EQUIPMENT SUPPLIER represents it is licensed, qualified and willing to supply the equipment to the CITY’s GENERAL CONTRACTOR pursuant to terms and conditions of this Agreement; and WHEREAS, EQUIPMENT SUPPLIER has supplied to the CITY, a surety bond in the amount of 10% of the total Equipment Price as specified in RFB-09-10-59. This surety bond shall remain in full force and effect until such time as the Equipment Supplier and the City’s General Contractor enter into a Purchase Agreement. NOW, THEREFORE, CITY and EQUIPMENT SUPPLIER agree as follows: 1. TERM: The term of this Agreement shall commence on the Effective Date and expire upon completion of all obligations of the parties, unless earlier terminated by the parties. The indemnification and defense provisions shall survive expiration and termination. Suspension or termination of this Agreement may occur if EQUIPMENT SUPPLIER materially fails to comply with any term of the award. Additionally, this Agreement may be terminated for convenience. In the event of termination or expiration of this Agreement, the Equipment Supplier shall transfer to CITY any funds and/or accounts receivable on hand attributable to the use of CITY funds. 2. ATTACHMENTS INCORPORATED: The following are attachments for this Agreement. Said attachments are incorporated into this Agreement as if included in full in the body:

City of Visalia Aeration Blowers Pre- Selection

ATTACHMENT NO. DESCRIPTION OF ATTACHMENT Attachment 1 General Contract Provisions

Page 80: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

Attachment 2 Insurance Requirements Attachment 3 City of Visalia RFP-09-10-59, Furnishing Aeration Blower System for City of Visalia’s

Water Conservation Plant Upgrades Attachment 4 EQUIPMENT SUPPLIER’s proposal in response to RFP-09-10-59

3. EQUIPMENTSCOPE OF SERVICES and COMMITMENTS*: CONTRACTOR shall provide the following services:

Furnish Aeration Blower System per all specifications of: 09-10-59 including any Addenda. 4. CITY COMMITMENTS: CITY shall perform the following tasks on or before the stated completion dates: TASK COMPLETION DATE Prepare Project Construction Documents to specifying Equipment Proposed by EQUIPMENT SUPPLIER per specifications of RFP-09-10-59

Time of Construction Bid

5. COMPENSATION: EQUIPMENT SUPPLIER shall be paid compensation for services by the City’s GENERAL CONTRACTOR. Such sum shall be expended and paid on a reimbursement basis as outlined in Section 5A.3.5 “Schedule of Payments” of RFP-09-10-59.

IN WITNESS WHEREOF, this Agreement is executed on the day and year first above written.

CONTRACTOR

Dated: ____________________ By:___________________________________________________

Authorized Officer: I certify under penalty of perjury under the laws of the State of California that I am fully authorized to execute this Agreement for CONTRACTOR in the capacity I have stated, and that such execution is sufficient to bind the CONTRACTOR.

CITY OF VISALIA Dated: ___________________ By:_________________________________________ City Manager Dated: ___________________ By: _________________________________________ City Attorney

Dated: ___________________ By:__________________________________________ City of Visalia Risk Manager Dated: ____________________ By:_________________________________________ City of Visalia Project Manager

City of Visalia Aeration Blowers Pre- Selection

Total Compensation: $ Not to exceed EQUIPMENT SUPPLIER’s Stated Bid Amount Source of Funds: Local Revenues (Wastewater) Payment Schedule: As referenced in RFP-09-10-59

Page 81: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

Exhibit “C” Attachment 1

GENERAL CONTRACT PROVISIONS A. Successors and Assigns: This Agreement shall be binding upon and shall inure to the

benefit of any successors to or assigns of the parties. B. Prohibition of Assignment: Neither party shall assign, delegate or transfer their rights and

duties in this Agreement without the written consent of the other party. C. Notices: Notice shall be sufficient hereunder if personally served upon the City Clerk of the

CITY or an officer or principal of the EQUIPMENT SUPPLIER (also referred to as CONTRACTOR), or if sent via the United States Postal Service, postage prepaid, addressed as follows:

CITY OF VISALIA CONTRACTOR 707 W. Acequia Ave. _______________________ Visalia, CA 93291 _______________________ Attention: City Clerk Attention: _____________ D. Independent Contractor: It is understood and agreed by the parties herein that

CONTRACTOR, in the performance of this Agreement, shall act as an independent contractor, and therefore shall obtain no rights to any fringe benefits that accrue to regular full-time CITY employees.

E. Jurisdiction/Venue/Waiver Of Removal: This Agreement shall be administered and

interpreted under the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be in California. Any action brought to interpret or enforce this Agreement, or any of the terms or conditions hereof, shall be brought in Tulare County, California. The CONTRACTOR hereby expressly waives any right to remove any action to a county other than Tulare County as permitted pursuant to Section 394 of the California Code of Civil Procedure.

F. Integration/Modification: This Agreement and each of the documents and exhibits or

attachments referenced herein, which are incorporated by reference, represents the entire understanding of the parties as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing signed by the parties, unless otherwise explicitly authorized.

G. Conflict With Law: If any part of this Agreement is found to be in conflict with applicable

laws, such part shall be inoperative, null and void insofar as it is in conflict with said law, but the remainder of the Agreement shall be in full force and effect.

City of Visalia Aeration Blowers Pre- Selection

H. Indemnification: The CONTRACTOR waives any and all claims and recourse against the CITY, including the right of contribution of loss or damage to person or property arising from, growing out of, or in any way connected with or incidental to the CONTRACTOR’s performance of this Agreement, except claims arising from the concurrent or sole negligence of the CITY or its officers, agents or employees. The CONTRACTOR will indemnify, hold harmless, and defend (at CITY’s option) the CITY against any and all claims, demands, damages, costs, expenses, or liability arising out of the CONTRACTOR’s performance of this Agreement except for liability arising out of the concurrent or sole negligence of the CITY or its officers, agents, or employees.

Page 82: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

I. Guarantees and Warranties: 1. IN GENERAL: All guarantees and warranties specifically called for by the specifications

and/or this Agreement shall expressly run to the benefit of the CITY. 2. GUARANTEE: Besides guarantees required elsewhere, CONTRACTOR shall and hereby does guarantee the project work for a period of two (2) years after the date of acceptance by CITY. 3. WARRANTIES: Warranties required by the Invitation to Bid or this Agreement shall commence on the date of acceptance of the work by CITY. Standard Manufacturer’s Warranty shall apply to materials used.

CONTRACTOR warrants that the materials and equipment furnished under the Agreement will be new and of recent manufacturer unless otherwise specified, and that all work will be of good quality, free from faults and defects, and in conformance with the Agreement. Work that does not conform may be considered defective. This warranty excludes remedy for damage or defect caused by abuse, modifications not executed by the CONTRACTOR, improper or insufficient maintenance, improper operation, or normal wear and tear under normal usage. CONTRACTOR warrants that title to all work covered by an application for payment will pass to the CITY either by incorporation in the construction or upon the receipt of payment by the CONTRACTOR, whichever occurs first, free and clear of all liens. CONTRACTOR warrants and guarantees that title to all work, materials, and equipment covered by any application for payment, whether incorporated in the project or not, will pass to CITY no later than the time of payment free and clear of all liens. No materials or supplies for the project shall be purchased by the CONTRACTOR or SUBCONTRACTOR subject to any mortgage or under a condition of sale contract or other agreement by which an interest is retained by the seller. CONTRACTOR warrants that it has good title to all materials and supplies used by it in the project, free from all liens. CONTRACTOR shall indemnify and hold CITY harmless from all claims growing out of the lawful demands of SUBCONTRACTORS, laborers, workers, mechanics, material persons, and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, incurred in furtherance of the performance of this Agreement. CONTRACTOR shall, at CITY’s request, furnish satisfactory evidence that all obligations of the nature here and above designated have been paid, discharged, or waived. If CONTRACTOR fails to do so, then CITY may, after having served written notice on the CONTRACTOR, either pay directly unpaid bills, of which the CITY has written notice, or withhold from the CONTRACTOR’s unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged where upon payment to the CONTRACTOR shall be resumed, in accordance of the terms of this Agreement, but in no event shall the provisions of this sentence be construed to impose any obligations on the CITY to either the CONTRACTOR or its surety. In paying any unpaid bills of the CONTRACTOR, the CITY shall be deemed the agent of the CONTRACTOR and any payment so made by the CITY shall be considered as payment made under the contract by the CITY to the CONTRACTOR and the CITY shall not be liable to the CONTRACTOR for any such payments made in good faith. Any defective work that is either corrected or replaced shall be warrantied and guaranteed for a period of one year from the date of such correction or replacement.

City of Visalia Aeration Blowers Pre- Selection

Page 83: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

J. Attorney’s Fees: In the event either party commences any action, arbitration or legal proceedings for the enforcement of this Agreement, the prevailing party, as determined by the court or arbitrator, shall be entitled to recovery of its attorney’s fees and court costs incurred in the action brought thereon.

K. Headings: Section headings are provided for organizational purposes only and do not in any

manner affect the scope or intent of the provisions thereunder. L. Time is of the Essence: Time is of the essence in the performance of the construction

anticipated by this Contract.

City of Visalia Aeration Blowers Pre- Selection

Page 84: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

Exhibit “C” Attachment 2

INSURANCE REQUIREMENTS

1. CONTRACTOR Insurance. EQUIPMENT SUPPLIER (referred to herein as CONTRACTOR), at its sole cost and expense, for the full term of this Agreement (and any extensions thereof), shall obtain and maintain at a minimum compliance with all of the following insurance coverage(s) and requirements. Such insurance coverage shall be primary coverage as respects CITY and any insurance or self-insurance maintained by CITY shall be in excess of CONTRACTOR’s insurance coverage and shall not contribute to it.

2. Subcontractor(s’) Insurance. If CONTRACTOR utilizes one or more subcontractors in the

performance of this Agreement, CONTRACTOR shall obtain and maintain independent insurance as to each subcontractor or otherwise provide evidence of insurance coverage for each subcontractor equivalent to that required of CONTRACTOR in this Agreement.

3. Types of Insurance and Minimum Limits. The following types of insurance and minimum

limits are required providing at least the following minimum coverage and limits of liability:

a. Worker’s Compensation written in accordance with the laws of the State of California providing coverage for any and all employees of CONTRACTOR in the minimum statutorily required coverage amounts;

b. Automobile Liability Insurance for each of CONTRACTOR’s vehicles used in the

performance of this Agreement, including owned, non-owned (e.g. owned by CONTRACTOR’s employees or contractors), leased or hired vehicles, in the minimum amount of $1,000,000 combined single limit per occurrence for bodily injury and property damage.

c. Comprehensive or Commercial General Liability Insurance coverage in the minimum

amount of $1,000,000 combined single limit, including coverage for: (1) bodily injury; (2) personal injury; (3) broad form property damage; (4) contractual liability; (5) cross-liability; (6) products and completed operations liability

4. Other Insurance Provisions.

City of Visalia Aeration Blowers Pre- Selection

If any insurance coverage required in this Agreement is provided on a “Claims Made” rather than

“Occurrence” form, CONTRACTOR agrees to maintain the required coverage for a period of three (3)

years after the expiration of this Agreement (hereinafter “post agreement coverage”) and any

extensions thereof. CONTRACTOR may maintain the required post agreement coverage by renewal

or purchase of prior acts or tail coverage. This provision is contingent upon post agreement coverage

being both available and reasonably affordable in relation to the coverage provided during the term of

this Agreement. For purposes of interpreting this requirement, a cost not exceeding 100% of the last

Page 85: CITY OF VISALIA- WATER CONSERVATION PLANT UPGRADES · Water Conservation Plant Upgrades Aeration Blower System Supplier Pre-Selection Document May 7, 2010 REQUEST FOR PROPOSAL RFP

annual policy premium during the term of this Agreement in order to purchase prior acts or tail

coverage for post agreement coverage shall be deemed to be reasonable.

5. Endorsements.

All required Automobile and Comprehensive or Commercial General Liability Insurance shall be endorsed to contain the following clauses: a. The City of Visalia, its officers, agents, employees, representatives, and volunteers are

added as additional insureds as respects operations and activities of, or on behalf of the named insured, performed under contract with the City of Visalia.

b. It is agreed that any insurance maintained by the City of Visalia shall apply in excess of and

not contribute with insurance provided by this policy.

c. This insurance shall not be canceled, limited in scope or coverage, or non-renewed until after thirty (30) days prior written notice has been given to the City Clerk, City of Visalia, 707 W. Acequia, Visalia, CA, 93291

6. Proof of Coverage.

CONTRACTOR agrees to provide its insurance broker(s) with a full copy of these insurance provisions and provide CITY on or before the effective date of this Agreement with Certificate(s) of Insurance for all required coverages. Copies of all the required Endorsements shall be attached to the Certificate(s) of Insurance or other evidence of insurance acceptable to the City of Visalia, which shall be provided by CONTRACTOR’s insurance company as evidence of the stipulated coverages. This Proof of Coverage shall then be mailed to the City of Visalia at the following address:

City of Visalia

707 W. Acequia Visalia, CA 93291

Attn: Purchasing Division

City of Visalia Aeration Blowers Pre- Selection