Loading...
HomeMy WebLinkAboutContract 56291 FORT WORTH Vol �, 13 PROJECT MANUAL FOR ct THE CONSTRUCTION OF f 4 Westside Water Treatment Plant Plate Settler Expansion City Project No. 102052 Betsy Price David Cooke Mayor City Manager r L . Chris Hardtr, F.E. Director, Water Department Prepared for The City of Fort Worth Water Department February 2021 Volume 1 of 2 CDM. smith 801 Cherry Street, Unit 33, Suite 1820 Fort Worth, 'Texas 76102 TBPE Firm No. F-3043 In Association With. Gupta and Associates, Inc. TBPE Firm No. F-2593 OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH TEXAS WESTSIDE WATER TREATMENT PLANT PLATE SETTLER EXPANSION PROJECT CITY PROJECT NO. 102052 SEPTEMBER 2020 , as Specification Section .i itlt,i.�#a#r..•:ay;a.a..+a�FfVf Division 01 J. DAN SI�N�3N � �aa 57897 •; r aa� a'j#Rijt�t� CDM Smith Inc. TBPE Firm Registration No. F-3043 CHILIN FOR WONG Specification Section OS SO 00 N Alt For o" q CDM Smith Inc. TBPE Firm Registration No. F-3043 Page 1 of 4 CITY OF FORT WORTH TEXAS WESTSIDE WATER TREATMENT PLANT PLATE SETTLER EXPANSION PROJECT CITY PROJECT NO. 102052 SEPTEMBER 2020 Specification Sections 018819 Division 09 Division 33 �,4,�•.ti �t;� 40 05 06 � � .OF,� �1� 40 05 07 r" ."" • "`"".Y1,c��1� 40 05 23 400524 a;......................ij, 40 05 31 S . KHQLr 40 05 51 r� "",..""..,....,.......".. 1 106105 " 40 05 53 If��+ CV-Q .. 40 05 57 '"- 40 05 65.23 09/16 2020 40 05 78.11 40 05 82 Division 43 Division 46 CDM Smith Inc. TBPE Firm Registration No. F-3043 * #�� Specification Sections •�tr�rr��►.rr`�*rw�rrA►:w� Division 26 V. K. GUPTA �a�sai�r�rw�s�r�srs��.M•�10 53097 i .#< 4�/ONAI � 09/16I2020 Gupta &Associates, Inc. TBPE Firm Registration No. F-2593 Page 2 of 4 CITY OF FORT WORTH TEXAS WESTSIDE WATER TREATMENT PLANT PLATE SETTLER EXPANSION PROJECT CITY PROJECT NO. 102052 SEPTEMBER 2020 Specification Sections _ 404113,13 406100 406121 406126 406196 40 63 43 400. wee44*4sx 406717 MARRY J, REYNOWS / a����������►araa.�+�c.�aa/ 40 68 60 /BAR 98651 407113 # Qc If r .'� 407213 407300 �`r\yam"'�`• 09/1612020 40 7S S3 Gupta &Associates, Inc. TBPE Firm Registration No. F-2S93 Page 3 of 4 CITY OF FORT WORTH TEXAS WESTSIDE WATER TREATMENT PLANT PLATE SETTLER EXPANSION PROJECT CITY PROJECT NO. 102052 SEPTEMBER 2020 THIS PAGE INTENTIONALLY LEFT BLANK Page 4 of 4 00 00 00- 1 TABLE OF CONTENTS Page( of 4 SECTION 00 00 00 TABLE OF CONTENTS DIVISION 00-GENERAL CONDITIONS 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0032 15 Construction Project Schedule 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions DIVISION 01 -GENERAL REQUIREMENTS 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 13 Schedule of Values 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 3526 Governmental Safety Requirements 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 000000-2 TABLE OF CONTENTS Page 2 of 4 01 7839 Project Record Documents 01 88 19 Tightness Testing Performance Requirements DIVISION 03—CONCRETE (NOT USED) DIVISION 05—METALS 05 50 00 Metal Fabrications DIVISION 09—FINISHES 0990 10 Shop Priming 09 91 00 Painting DIVISION 26—ELECTRICAL 26 00 00 Electrical Work 2605 19 Low-Voltage Electrical Power Conductors and Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 50 NEMA Frame Induction Motors 600 Volts and Below 2628 16 Enclosed Switches and Circuit Breakers 26 29 23 Variable Frequency Motor Controllers 2641 19 Electrical Demolition 2643 13 Surge Protection for Low-Voltage Electrical Power Circuits DIVISION 33—UTILITIES 3301 10 Disinfection of Potable Water Facilities 33 1300 Disinfecting of Water Utility Distribution DIVISION 40—PROCESS INTERCONNECTIONS 40 05 06 Couplings,Adapters, and Specials for Process Piping 40 05 07 Hangers and Supports for Process Piping 40 05 23.00 Stainless Steel Process Pipe and Tubing 40 05 24.00 Steel Process Pipe 40 05 31 Thermoplastic Process Pipe 40 05 51 Common Requirements for Process Valve 40 05 53 Identification for Process Piping 40 05 57 Actuators for Process Valves and Gates 40 05 63 Ball Valves 40 05 64 Butterfly Valves 40 05 65.23 Swing Check Valves 40 05 78.11 Air Release Valves for Water Service 4005 82 Solenoid Valves for Process Service 4041 13.13 Process Piping Electrical Resistance Heat Tracing 4061 00 Process Control and Enterprise Management System General Provisions 4061 21 Process Control System Testing 4061 26 Process Control System Training CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 000000-3 TABLE OF CONTENTS Page 3 of 4 4061 96 Process Control Descriptions 40 63 43 Programmable Logic Controllers 4067 17 Industrial Enclosures 40 68 60 Configuration of HMI and Controller Software 4071 13 Magnetic Flow Meters 4072 13 Ultrasonic Level Meters 40 73 00 Differential Pressure Instrumentation 4075 53 Turbidity Analyzers DIVISION 43—PROCESS LIQUID HANDLING EQUIPMENT 43 23 21.14 Axially Split Case Pumps DIVISION 46—EQUIPMENT 46 43 76 Stainless Steel Inclined Plate Settlers 4661 13 Filter Media 4661 19 FRP Wash Water Troughs 46 61 23 Filter Underdrain System CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 000000-4 TABLE OF CONTENTS Page 4 of 4 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 City of Fort Worth,Texas Mayor and Council Communication DATE: 08/03/21 M&C FILE NUMBER: M&C 21-0540 LOG NAME: 60WSWTPPSET-CRESCENT&CDM SUBJECT (CD 3)Authorize Execution of Amendment No.2 to an Engineering Agreement with CDM Smith,Inc.,in the Amount of$141,740.00,for Westside Water Treatment Plant Plate Settler Expansion Project,Authorize Execution of a Contract with Crescent Constructors, Inc.in the Amount of $3,697,000.00 for Westside Water Treatment Plant Plate Settler Expansion Project,Provide for Project Costs for a Project Total in the Amount of $4,841,657.00,and Adopt Attached Appropriation Ordinances RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No.2 to City Secretary Contract No.52517 in the amount of$141,740.00,an engineering agreement with CDM Smith, Inc.for construction support services for Westside Water Treatment Plant Plate Settler Expansion project for a revised contract amount of$431,788,00; 2. Authorize execution of a contract with Crescent Constructors, Inc.in the amount of$3,697,000.00 for the Westside Water Treatment Plant Plate Settler Expansion project; 3. Adopt the attached appropriation ordinance increasing receipts and appropriations in the Water Impact Fee Fund in the amount of $4,191,569.00 from available funds for the purpose of transferring funds from the Water/Wastewater Wholesale Impact Fees and Water/Wastewater Retail Impact Fee projects(City Project Nos.B20004 and B20005)to the Westside Water Treatment Plant Plate Settler Expansion project;and 4. Adopt the attached appropriation ordinance increasing receipts and appropriations in the Water Impact Fee Fund in the amount of $4,191,569.00 transferred from within the Water Impact Fee Fund to the Westside Water Treatment Plant Plate Settler Expansion project (City Project No. 102052). DISCUSSION: On June 25,2019, Mayor and Council Communication(M&C C-29181)authorized an engineering agreement with CDM Smith, Inc., (City Secretary Contract No.52517),in the amount of$192,600.00 for the Westside Water Treatment Plant Plate Settler Expansion project. The, agreement was subsequently revised by Amendment No. 1 administratively authorized May 29,2020,to provide additional design for the replacement of the raw waterflow meter,the addition of filter No.5,the addition of membrane feed pump No.5 and relocating the finished water sample point. As part of Amendment No.2,the engineer will perform construction support services for construction of the project that includes shop drawings and submittals reviews,change order review,record drawings and update plant operational manual in the amount of$141,740.00. Construction of the project was advertised for bid on March 4,2021 and March 11,2021 in the Fort Worth Star-Telegram.On April 1,2021,the following bids were received: Bidder Base Bid Contract Time Crescent Constructors, Inc. $3,697,000.00 400 Calendar Days Crossland Heavy Contractors,Inc. $3,782,000.00 In addition to the contract cost,$167,979.00 is required for project management,material testing and inspection and$184,850.00 is provided for project contingency. This project will have no impact on the Water Department operating budget when complete. Funding for the Westside Water Treatment Plant Plate Settler Expansion project is depicted below: Fund Existing Additional Project Total* Appropriations Appropriations Water Impact Fee' $650,088.00 $4,191,569.00 $4,841,657.00 -Fund 56003 Project Total $650,088.00 $4,191,569.00I$4,841,657.00 *Numbers rounded for presentation purposes. Business Equity:Crescent Constructors, Inc.is in compliance with the City's Business Equity Ordinance by committing to six percent participation on this project.The City's goal on this project is six percent. Business Equity:CDM Smith, Inc.is in compliance with the City's Business Equity Ordinance by committing to nine percent participation on this project.The City's Business Equity goal on this project is nine percent. The project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the WMW Wholesale Impact Fees and WMIW Retail Impact Fees projects within the Water Impact Fee Fund and approval of the above recommendations and adoption of the attached appropriation ordinances,funds will be available in the Water Impact Fee Fund for the Westside WTP Plate Settlers project to support the approval of the above recommendations and execution of the amendment to the agreement.Prior to an expenditure being incurred,the Water Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office by: Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Scott Taylor 7240 I i a po CA �.mLMLMir ,i Lilt in � inLm inLn Ln0�n i i m rn m m v a CD o a v 4 G o o t•f a cc O 4 O 4 w tau w iw W W w w w w w W w w w w w rl M T Q1 Ali a%% in 0 0 o c 4 0 o a C n C3 O p O 0 0 o o o a y o 0 o a o of o c a o a cn u, sn v w w I r- In w w Ui � w C ti w ua W I.- O C inLn 4Y w Vi Y 4 * 40 4 O i Q 0 -M Q ]+ F+ G 4 117 O O O W Qf'Y w 4, p m w 0 00 F-� ¢ 4 1--• F-� Y W F+ F+ I-' F-+ F-` Fs Goqm Q N N N N d O 0 0 0 P o Q cm O O co' 4 fl CD 0 0 111 ill l!1 in ill id1 VI N tv Ln N Ul L" Ln A N %n I.! ■ b O p a o o a o 0 o a O 4 C i o 0 0 0 w A A a P 0 Lpnp {�l hi NJ i O O O G A A 4 G O O 4 i m in m iD w LO W b to tD Si? iD w m w w iD U!, 0 w LG � M> N N N N N N W W LD ip l UD k6 M Lo U3 lb tiQ iD w • ~ b � N N N N M11..1 W r ih O 4 F+ O O O O �0 SD iA An. Ir iD w LD UD. r.0 to lD iD cG to S A V ti+ W l0 i17 V Q4 I� tin M1n 41-' 4I• SJti M 9Q O til 6 kl a C 4� q•# [5V4 Q O 6 O SlL 4O G7 4A 4Drp on A N, l4 A Sfi Sli Q O O Q O O O • {3 G G Q O O O O o o c m � qq r m n. A O cm fi U m 0005 10-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 June 16,2020 THIS PAGE INTENTIONALLY LEFT BLANK 0005 15 ADDENDUM NO. I Page I orb City of Fort Worth Westside Water Treatment Plant Plate Settler Expansion Project City Project No. 102052 ADDENDUM NO. 1 March 29,2021 BID RECEIPT DATE APRIL 1,2021 Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project must be received by 1:30 PM CST on Thursday,April 1,2021. Bidders must acknowledge receipt of this Addendum below,and on Bid Form. This addendum forms a part of the Specifications and Contract Documents for the above referenced Project and " modifies the original Specifications and Contract Documents.Bidder shall acluiowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid.Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. I.INFORMATION A. The Pre-Bid Meeting Summary is attached to this A.ddendutn No. 1. I II. SPECIFICATIONS A. Delete the following Specification Section entirely and replace with the attached Specification. 1. 400557—ACTUATORS FOR PROCESS VALVES AND GATES E B. Add the following Specification Section,attached to this Addendum No. I. 1. 013513.24—SPECIAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SEQUENCE OF CONSTRUCTION C. 400506—COUPLINGS, ADAPTERS,AND SPECIALS FOR PROCESS PIPING 1. Paragraph 1.6.L,Page 3 of 16 a. Delete Paragraph LA, "American Iron and Steel (AIS)...."Entirely 2, Paragraph 2XE, Page 10 of 16 a. Delete Paragraph E.2. entirely and replace with the following: "2. Backing Rings: Galvanized steel for steel piping applications;Type 304 stainless steel for stainless steel piping applications." b. Delete Paragraph EA, entirely and replace with the following: "4. Design Temperature Range: -22 to 250 degrees F." c. Delete Paragraph E.11.entirely and replace with the following: "11. Accessories: Galvanized steel control rods for steel piping applications;Type 304 stainless steel control rods fol;stainless steel piping applications." d. Add Paragraph E.13. immediately after Paragraph E.12: "13. Air piping expansion joints sliall alleviate stresses.The expansion joints shall be molded and consist of an EPDM elastomer tube reinforced with nylon cord. The expansion joints shall be capable of withstanding the vacuum and pressure under all operating conditions. The expansion joints shall have stainless steel floating flanges drilled for ANSI- 125 and shall be equipped with thrust rods and stretcher plates. Each expansion joint shall CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.102052 March 2021 OD OS 15 ADDENDUM NO. I Page 2 or 6 have it minimum of two(2)Type 304 stainless steel 3/4" diameter thrust rods with 3/4" minimum thiclouess stretcher bolt plates.Thrust rod and bolt plate shall be as recommended by the manufacturer for the specified operating pressure and temperature ranges. Spacing of expansion joints shall be as recommended by pipe manufacturer for temperature ranges noted in the stainless steel pipe specification,or at minimum as shown on the Drawings.The expansion joints shall be Perflex 980 as manufactured by Holz, Ultrasphere by Flexicraft Industries, or equal by Metraflex Company." D. 400523 —STAINLESS STEEL PROCESS PIPE AND TUBING 1, Paragraph 2.2.C,Page 6 of 10 a. Delete Paragraph C.6.g.1)and C.6.g.2)under"Bolting"entirely and replace with the following: "1)Bolts: Comply with ASTM A193 Grade 138M Type 316 stainless steel,hex head. 2)Nuts and Washers: ASTM A 194 Grade 138M Type 316 stainless steel, heavy hex." 2. Paragraph 2.2.D,Page 6 of 10 a. Add the following sentence at the end of the first sentence of 2.2.D: "Gaskets for air service pipe flange joints shall be Viton material. Materials shall beNSF61 certified for potable water service." 3. Paragraph 2.3.C, Page 7 of 10 a. Delete Paragraph CA.g.1) and C.4.g.2)under"Bolting"entirely and replace with the following: "I)Bolts: Comply with ASTM A193 Grade B8M Type 316 stainless steel,hex head. 2)Nuts and Washers: ASTM A194 Grade B8M Type 316 stainless steel." i I E. 400524—STEEL PROCESS PIPE 1, Paragraph 2,LB, Page 6 of 16 a. Delete Paragraph B.9.k entirely and replace with the following: "k. Bolts to meet the requirements of ASTM A193 Grade B7, and nuts and washers to meet ASTM A194 Grade 2H. All flange hardware shall be hot-dip galvanized." 2. Paragraph 2.1.D, Page 8 of 16 a. To Paragraph D.8.g. "Fasteners:",Add Paragraph D.8.g.5)immediately after Paragraph D.8.g.4): "5. All fasteners and hardware for fittings shall be hot-dip galvanized." F. 400551 —COMMON REQUIREMENTS FOR PROCESS VALVES 1. Paragraph 1.2.A,Page I of 10 a. Delete Paragraph 1.2.A.4. "Valve Schedule"entirely 2. Paragraph 1.2.13, Page 1 of 10 a. Add the following paragraphs 5, 6,and 7 immediately after Paragraph 4. "5. Division 26 for Electrical work 6. Division 40 for process valves,equipment,piping and actuators 7.Division 40 for Instrumentation and Controls." 3. Paragraph 1.4.13, Page 1 of 10 a. Paragraph B.L: Delete the words"information shown on the Sample Valve Schedule"and replace with"design criteria and features for the proposed actuators" 4. Paragraph I A.C,Page 2 of 10 a. Paragraph CA.: Add the following sentence at the end of the first sentence—"Valve tagging shall be per P&Ill Drawings." 5, Paragraph 2.1.C,Page 5 of 10 a. Delete the words"valve schedule."and replace with"Drawings." CITY OF FORT wouii Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 March 2021 0005 15 ADDENDUM NO. I Page 3 ol'6 6. Paragraph 2.1.D, Page 5 of 10 a. Delete Paragraph D.1.and replace with the following: "1. Close by turning counter-clockwise." 7. Paragraph 2.2.A, Page 5 of 10 a. Delete Paragraph A. and replace with the following: "A. Provide actuators in accordance with the Drawings and as specified." G. 400563 —BALL VALVES 1, Paragraph 2.LA, Page 3 of 8 a. Delete second sentence"As all alternative....herein."entirely and replace with the following: "If cavitation is found to be a concern for resilient seated ball valves across the specified operating conditions and operating range of flow control valve,as an alternative,metal seated ball valves specified herein may be provided." 2. Paragraph 2.1.13, Page 3 of 8 a. Delete Paragraph 2.23 entirely and replace with the following: "B. Ball valve for Raw Water flow control shall be continuous duty,capable of throttling plant influent flows between 3 nigd and 40 mgd for a range of upstream pressures between 14 and 31.5 psig,and range of downstream pressures between 9.7 and 10.7 psig,as measured at the raw water pipe in the meter vault,without any cavitation." H. 400564—BUTTERFLY VALVES 1. Paragraph 2.LC, Page 4 of 10 a. Delete Paragraph CA. entirely and replace with the following: "4. Filter 5 effluent/outlet flow control valve shall be provided with a modulating electrical actuator for throttling service.This valve will modulate to control filter effluent flow rate at varying head losses/buildup in the filter box upstream and backpressure from varying break- tank water levels downstream for the constant-rate,outlet-controlled filters." b. Add Paragraph C.5. immediately after Paragraph CA.: "5. For Filter 5 backwash and waste-backwash control valves,the electrical operators to be capable of minimum 28 starts and stops per day(14 backwash events per day)over a frill filter backwash cycle of 40-60 minutes." 2. Paragraph 2.3.C,Page 7 of 10 a. Delete Paragraph C.3, entirely and replace with the following: "3. For Filter 5 backwash and waste-backwash control valves,the electrical operators to be capable of minimum 28 starts and stops per day(14 backwash events per day)over a full filter backwash cycle of 40-60 minutes." I. 400565.23—SWING CHECK VALVES 1. Paragraph 1.3.A, Page 1 of 8 a. Delete the words"-valve schedule"at the end of the first sentence. 2. Paragraph 2.2.1), Page 5 of 8 a. Delete Paragraph D and replace with the following: "D. Accessories:Furnish with mechanical visual position indicator, controls(switches), and hardware as specified herein." J. 432321.14—AXIALLY SPLIT CASE PUMPS 1. Paragraph 1.2.A,Page 1 of 18 a. Paragraph A.3.:Delete the word"Pump manufacturer"and replace with "Pump Supplier". 2. Paragraph 2.7.C,Page 12 of 18 a. Paragraph C.2.: Delete the word"Manufacturer"and replace with"Pump Supplier". CITY OF PORT WOR"I'li Westsidc wTP Plnte Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 March 2021 0005 15 ADDENDUM NO. I Page 4 of 6 K. 46,1376—STAINLESS STEEL INCLINED PLATE SETTLERS 1, Paragraph 2.4.1),Page 8 of 10 a, Paragraph D,I,: Add the following sentence at the end of the first sentence—"If the top of plates are designed for foot traffic, and waslidowns then surface gratings specified herein are not required." III. DRAWINGS A. Sheet MD-2—FILTER PIPE GALLERY PLAN AND SECTION 1, Note 2, a. Delete the second sentence, and replace with the following sentence: "EXPANSION JOINTS SHALL BE FOR AIR SERVICE AS SPECIFIED IN SECTION 400506,AND INSTALLED PER DETAIL JF/MZ-L" B. Sheet MD-5—FILTER NO. 5 DETAILS 1. Detail B/- a. Add the following Notes 2, and 3. immediately after Note I.: "2, DUCTILE IRON PIPE SHOWN ON PROCESS-SHEETS SHALL BE FLANGED AWWA C150/151 THICKNESS CLASS 53,AWWA C104 STANDARD CEMENT MORTAR LINED WITH SEAL COAT,WITH AWWA C110 FLANGED FITTINGS AND JOINTS. FLANGE HARDWARE TO BE HOT DIP GALVANIZED ASTM Al93 HEAVY HEX BOLTS WITH ASTM A194 GRADE 2H NUTS AND WASHER WITH 1/8-INCH THICK EPDM GASKETS. PROVIDE FLANGES AND ADAPTERS WITH GALVANIZED HARDWARE AS REQUIRED TO ENABLE PIPE ASSEMBLY/DISASSEMBLY AND FOR PIPE SUPPORT PURPOSE. PROVIDE GALVANIZED SUPPORT SYSTEM IN ACCORDANCE WITH 4 SECTION 400507. PIPING SHALL BE COATED PER DIVISION 09 SPECIFICATIONS AND ALL MATERIALS SHALL BE NSF-61 CERTIFIED FOR POTABLE WATER SERVICE, 3. GATE VALVES SHALL BE AWWA C515 DI BODY,RESILIENT WEDGE GATE VALVE,NON-RISING STEM DESIGN,STAINLESS STEEL TRIM, 150H FLANGED END CONNECTIONS,FBE LINED,AND COATED PER DIV 09 SPECIFICATIONS.VALVE SHALL BE BY AMERICAN FLOW CONTROL, MUELLER,OR EQUAL." 2. Detail D/- a. Add the following Note 5, immediately after Note 4.: "5,ALL SAMPLE TUBING AND PIPING SHOWN SHALL BE TYPE 316 STAINLESS STEEL.ALL IN-LINE BALL VALVES SHALL BE TWO-PIECE BOLTED CF8M SST BODY AND CAP STYLE,FULL PORT, WITH THREADED CONNECTIONS, TYPE 316 SST FULL FLOATING BALL(NON-LUBRICATED)AND STEM, SEATS AND SEALS OF TFE, VALVES SHALL BE RATED TO 250 PSI MINIMUM.SERIES 76F AS MANUFACTURED BY APOLLO, OR EQUAL BY NIBCO,NELES-JAMESBURY,OR WKM." C. Sheet MD-9—MEMBRANE FACILITY RACK NO 1-5 EXPANSION SECTION 1 1. Notes: a. Add the following Note 4 immediately after Note 3.: "4. AIR RELIEF VALVES SHOWN ON PIPING SHALL BE PROVIDED AS CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na.102052 March 2021 as us t 5 ADDIi1II]UM NO. I Inge sofas SPBCIFIED,INSTALLED WUM SC14 40 GALVANIZED STEEL PIPE ON A THREADED TAP DES IGNEDHY STEEL PIPE SUPPLIED. ISOLATION $ALL VALVES SHALT,BE TWO-PIECE BOLTED CF8M SST BODY ANT) CAP STYLE, FULL PORT, WITH THIUADIED CONNECTIONS,TYPE 316 SST PULL. FLOATING BALL(NON-LUBRICATED) AND STEM,SEATS AND SEALS OI, h -I E,VALVE- ATED FOR MINIMUM.250 P51 PRESSURE,SERIES 76F AS MANUFACTURED BY APOLLO,OR EQUAL BY NIBCO,NELES-JAMS-$BURY, j OR WKM.VENT PIPING FROM AIR RELIEF VALVE SMALL BE SCH W PVC, ROUTED TO TIRE NEAREST EQUIPMENTI FLOOR DRAM." D. Slieet MZ-1 —MECHANICAL STANDARr)DETATLS 1 1. Detail JFI- a. Add the I'ol lowing Note 4. immediately after Note "4.JOINT Rl78TRAINT SYSTEMS FOR EXPANSION JOINTS ON STAINLESS STEEL PIPING,INCLUDT1114G STRETCHER PLATES,TIE RODS, AND HARDWARE, SHALL FIR TYPE 304 STAINLESS STEEL." t f Reviewed and Approved I3y: `7 � I h :t {� ' let Tony Sholula P.E. r I lik I F446 0r Assistant Director• i J. DAN SktAHNQN � +i rii+FI4 i.a■4F■ ■■.■■nS■■.I�j Water DepajimultvI vI 7897 � l ACCEPTANCE: � The to n(I us ig lie(I does hel'eluy agif to the vdd16ona1, stipulations,ajLd tel'r113 ontlirletl in Adden(Ium NV. 1 to the plans nn(I speciiications for the VCWRF South Flow Lift StAtlon lPr'olcct,Qty of Part 'Worth Project No. 102052. SCHEDULED BID DATE: April 1�2021 DATE ADDENDUM ISSUED: March 29,2421 REC1EIPT 1{N BY. TIM. David Caldwell, ice President t Corrlps►rty: Crescent ConstrUCtors,InC. I I i CITY OF PORT WOHT33 WcsthWe WT11 Plate Stiller Expausle i Pmject coNsTRucTioN SPECIFICATION DOCLUvWN TS cily Pmicd No. IR052 March 2p21 0005 15 ADDENDUM NO. I Page G of G I �I i I i i i THIS PAGE INTENTIONALLY LEFT BLANK j I 1 i i i CITY OF PORT WORTH Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 March 2021 000515 ADDENDUM NO,2 Page 1 of 4 City of Fort Worth Westside Water Treatment Plant Plate Settler Expansion Project City Project No, 102052 ADDENDUM NO.2 March 30,2021 BID RECEIPT DATE APRIL 1,2021 Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project must be received by 1:30 PM CST on Thursday,April 1,2021.Bidders must acknowledge receipt of this Addendum below,and on Bid Form. This addendum forms a part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents.Bidder shall acknowledge receipt of this addendum _ in the space provided below and acknowledge receipt on the outer envelope ofyour bid.Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. I,INFORMATION A. None II,SPECIFICATIONS A. 26 00 00—ELECTRICAL WORK 1, Paragraph 3.07 Manufacturer's Service a. Replace Paragraph A. in its entirety with the following: "A.Provide manufacturers services for testing and start-up of the equipment as listed in each individual Specification Section." B. 26 28 16—ENCLOSED SWITCHES AND CIRCUIT BREAKERS 1, Paragraph 1.03 Submittals a, Delete Paragraph B in its entirety and renumber subsequent paragraphs accordingly. 2. Paragraph 3,05 Field Adjusting a. Replace Paragraph B in its entirety with the following: "B.The Power Monitoring and Protective Devices shall be set in the field by a qualified representative of the manufacturer,All such settings,including the application of arc flash labels,shall have been made by the Contractor and approved by the Owner/Engineer, prior to energizing of the equipment." CITY OF PORT WORTH Westside WTP Pinto Settler Exi mtsion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,102052 March 2021 0005 15 ADDENDUM NO.2 Page 2 of 4 C. 26 29 23—Variable Frequency Motor Controllers 1. Paragraph 2.03 Submittals a. Delete Paragraph B in its entirety and renumber subsequent paragraphs accordingly. 2. Paragraph 2.08 Factory Testing a. Delete paragraph B in its entirety and renumber subsequent paragraphs accordingly. 3. Paragraph 3.06 Field Adjusting a. Replace Paragraph B in its entirety with the following: `B.The Power Monitoring and Protective Devices shall be set in the field by a qualified representative of the manufacturer.All such settings,including the application of arc flash labels,shall have been made by the Contractor and approved by the Owner/Engineer,prior to energizing of the equipment." 4. Paragraph 3.10 Manufacturer's Certification b. Replace Paragraph A in its entirety with the following: I "A.Provide the services of a qualified factory-trained manufacturer's representative who shall certify in writing that the equipment has been installed,adjusted,and tested in accordance with the manufacturer's recommendations." i III.DRAW A. None At, le **boil 4.eg4fY.+'hnu r sI 11 Ai Reviewed and Approved By: 0 A h �J � +� o•' Tony Sholola,P.E. , ��`�Xytie�•'""`' Assistant Director aw ! Water Department I CITY OF PORT WORTH Westside WTP Plato settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City ProJeetNo.10?.052 March 2021 0005 15 AMENDUM NO.2 Pug,.3 of ACCEPTANCE: T110 undersigMcd does hej�eby ape6 to the additional,stigulatiolls,and terms oudined In Adll end lun No. 1 to tILO PIUS WId 9Peetfleationa for*1 VCWRF South Flaw Lint Statioll Prnject,City of Dort Worth Pro eet No 102032. BCH-U,DULFD DID DATE: April 1,2021 DATE ADDENDUM ISSUED: �1+1a1cl1�.a 2�21 RECEIP CKN LED Icy; Title: David Caldw ,'Vice President Company: Crescent Constructors Inc. i CITY 4FF41CT WORTHV,+axtSj&WTP Plnte S61Her Expapsaion Project CONSTRUOTIM SPECIMCATION DOCUMENTS C Ily PrbJoaR lua.102052 0005 15 ADDENDUM NO.2 Page 4 of 4 THIS PAGE INTENTIONALLY LEFT BLAND i CITY OF FORT WOItFH Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,102052 March 2021 0005 15-1 ADDENDA Page 1 of 1 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK 00 11 13 INVITATION TO BIDDERS Pagel of 3 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Due to the COVID 19 Emergency declared by the City of Fort Worth and until the emergency 6 declaration, as amended, is rescinded, sealed bids for the construction of Westside Water 7 Treatment Plant Plate Settler Expansion Project("Project")will be received by the City of Fort 8 Worth Purchasing Office until 1:30 P.M. CST, Thursday, April 1,2021 as further described 9 below: 10 11 City of Fort Worth 12 Purchasing Division 13 200 Texas Street 14 Fort Worth, Texas 76102 15 16 Bids will be accepted by: 17 1. US Mail at the address above, 18 2. By courier,FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End 19 Lobby of City Hall located at 200 Texas Street,Fort Worth, Texas 76102. A Purchasing 20 Department staff person will be available to accept the bid and provide a time stamped 21 receipt; or 22 3. If the bidder desires to submit the bid on a day or time other than the designated 23 Thursday, the bidder must contact the Purchasing Department during normal working 24 hours at 817-392-2462 to make an appointment to meet a Purchasing Department 25 employee at the South End Lobby of City Hall located at 200 Texas Street,Fort Worth, 26 Texas 76102,where the bid(s)will be received and time/date stamped as above. 27 28 Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and 29 broadcast through live stream and CFW public television which can be accessed at 30 http://fortworthtexas.gov/fwtv/.The general public will not be allowed in the City Council 31 Chambers. 32 33 In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office, 34 bidders shall e-mail the completed MBE forms to the City Project Manager no later than 35 2:00 p.m. on the second City business day after the bid opening date,exclusive of the bid opening 36 date. 37 38 GENERAL DESCRIPTION OF WORK 39 The major work will consist of the(approximate)following: 40 - Furnish and install additional plate settlers in the existing sedimentation basins; 41 - Furnish and install new underdrains,media,troughs,piping, valves, instruments and 42 appurtenances for Filter No. 5; 43 - Furnish and install new membrane feed pump and associated piping, valves and 44 appurtenances; 45 - Replace existing raw water flow meter and control valve with new flow meter and valve; 46 - Revise existing treated water sample piping; and 47 - Associated electrical and instrumentation work. 48 49 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 00 11 13 INVITATION TO BIDDERS Page 2 of 3 1 PREQUALIFICATION 2 The improvements included in this project must be performed by a contractor who is pre- 3 qualified by the City at the time of bid opening. The procedures for qualification and pre- 4 qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO BIDDERS. 5 6 DOCUMENT EXAMINATION AND PROCUREMENTS 7 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 8 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasing/and 9 clicking on the link to the advertised project folders on the City's electronic document 10 management and collaboration system site. The Contract Documents may be downloaded, i l viewed, and printed by interested contractors and/or suppliers. The specific links to the 12 specifications and plans are as follows: 13 14 Specifications: littps:Hdocs.b360.autodesk.corn/shares/55c9f7ef-29b6-47e6-86bl-8f6252042371 15 16 Plans: https:Hdocs.b360.autodesk.com/shares/124197d3-Olaa-4d9d-9cb2-77722bde4l93 17 18 Copies of the Bidding and Contract Documents may be purchased from CDM Smith Inc, which is 19 as follows: 801 Cherry Street, Suite 1820,Unit#33,Fort Worth, Texas 76102. 20 21 The cost of Bidding and Contract Documents is: 22 Set of Bidding and Contract Documents with full size drawings: $100 23 Set of Bidding and Contract Documents with half size (if available) drawings: $60 24 25 PREBID CONFERENCE 26 A prebid conference may be held as discussed in Section 00 21 13 -INSTRUCTIONS TO 27 BIDDERS at the following date, and time via a web conferencing application: 28 DATE: March 25, 2021 29 TIME: 1:30 pm CDT 30 31 If a prebid conference will be held online via a web conferencing application, invitations will be 32 distributed directly to those who have submitted Expressions of Interest in the project to the City 33 Project Manager and/or the Design Engineer. The presentation given at the prebid conference 34 and any questions and answers provided at the prebid conference will be issued as an Addendum 35 to the call for bids. A separate date and time will be set up for a plant visit. 36 37 If a prebid conference is not being held,prospective bidders can e-mail questions or comments in 38 accordance with Section 6 of the Instructions to Bidders referenced above to the project 39 manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in 40 writing"and the requirement to formally mail questions is suspended. If necessary, 41 Addenda will be issued pursuant to the Instructions to Bidders. 42 43 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 44 City reserves the right to waive irregularities and to accept or reject bids. 45 46 AWARD 47 City will award a contract to the Bidder presenting the lowest price, qualifications and 48 competencies considered. 49 50 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 00 11 13 INVITATION TO BIDDERS Page 3 of 3 1 INQUIRIES 2 All inquiries relative to this procurement should be addressed to the following: 3 4 Attn: Scott Taylor,P.E., City of Fort Worth 5 Email: Scott.Taylor@fortworthtexas.gov 6 Phone: (817) 392-7240 7 AND/OR 8 Attn: Sagar Khole,P.E., CDM Smith Inc. 9 Email: lcholesh@cdmsmith.com 10 Phone: (214) 346-2800 11 12 EXPRESSION OF INTERSEST 13 To ensure bidders are kept up to date of any new information pertinent to this project or the 14 COVIDI9 emergency declaration, as amended, as it may relate to this project,bidders are 15 requested to email Expressions of Interest in this procurement to the City Project Manager and 16 the Design Engineer. The email should include the bidder's company name, contact person,that 17 individuals email address and phone number. All Addenda will be distributed directly to those 18 who have expressed an interest in the procurement and will also be posted in the City of Fort 19 Worth's purchasing website at http://foi-twortlitexas.gov/purchasing/ 20 21 PLAN HOLDERS 22 To ensure you are kept up to date of any new information pertinent to this project such as when 23 an addenda is issued, download the Plan Holder Registration form to your computer, complete 24 and email it to the City Project Manager or the Design Engineer. 25 j 26 The City Project Manager and Design Engineer are responsible to upload the Plans Holder 27 Registration form to the Plan Holders folder in BIM360. 28 29 Mail your completed Plan Holder Registration form to those listed in INQUIRIES above. 30 31 ADVERTISEMENT DATES 32 March 4, 2021 33 March 11, 2021 34 35 END OF SECTION CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 THIS PAGE LEFT BLANI{ INTENTIONALLY 0021 13-1 INSTRUCTIONS TO BIDDERS Pagel of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 7 00 -GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm,partnership,company, association, or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm,partnership, company, association,or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided)makes an award. 23 j 24 2. Copies of Bidding Documents I 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalifrcation at the time of bidding. Bids received from contractors who are 37 not prequalified(even if inadvertently opened) shall not be considered. 38 39 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 40 seven(7) calendar days prior to Bid opening, the documentation identified in Section 00 41 45 11, BIDDERS PREQUALIFICATIONS. 42 43 Submission of and/or questions related to prequalifrcation should be addressed to the City 44 contact as provided in Paragraph 6.1. 45 46 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 2 bidder(s) for a project to submit such additional information as the City, in its sole 3 discretion may require, including but not limited to manpower and equipment records, 4 information about key personnel to be assigned to the project, and construction schedule, 5 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 6 deliver a quality product and successfully complete projects for the amount bid within 7 the stipulated time frame. Based upon the City's assessment of the submitted 8 information, a recommendation regarding the award of a contract will be made to the 9 City Council. Failure to submit the additional information, if requested,may be grounds 10 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 11 notified in writing of a recommendation to the City Council. 12 13 3.4.In addition to prequalifrcation, additional requirements for qualification may be required 14 within various sections of the Contract Documents. 15 16 3.5.Special qualifications are not required for this project. 17 18 4. Examination of Bidding and Contract Documents, Other Related Data,and Site 19 20 4.1.Before submitting a Bid, each Bidder shall: 21 22 4.1.1. Examine and carefully study the Contract Documents and other related data 23 identified in the Bidding Documents (including "technical data" referred to in 24 Paragraph 4.2. below).No information given by City or any representative of the 25 City other than that contained in the Contract Documents and officially 26 promulgated addenda thereto, shall be binding upon the City. 27 28 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 29 site conditions that may affect cost,progress,performance or furnishing of the 30 Work. 31 32 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 33 progress,performance or furnishing of the Work. 34 35 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 36 contiguous to the Site and all drawings of physical conditions relating to existing 37 surface or subsurface structures at the Site (except Underground Facilities) that 38 have been identified in the Contract Documents as containing reliable "technical 39 data" and(ii)reports and drawings of Hazardous Enviromnental Conditions, if any, 40 at the Site that have been identified in the Contract Documents as containing 41 reliable "technical data." 42 43 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 44 the information which the City will furnish. All additional information and data 45 which the City will supply after promulgation of the formal Contract Documents 46 shall be issued in the form of written addenda and shall become part of the Contract 47 Documents just as though such addenda were actually written into the original 48 Contract Documents.No information given by the City other than that contained in 49 the Contract Documents and officially promulgated addenda thereto, shall be 50 binding upon the City. 51 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.6. Perform independent research, investigations,tests, borings, and such other means 2 as may be necessary to gain a complete knowledge of the conditions which will be 3 encountered during the construction of the project. On request, City may provide 4 each Bidder access to the site to conduct such examinations, investigations, 5 explorations,tests and studies as each Bidder deems necessary for submission of a 6 Bid. Bidder must fill all holes and clean up and restore the site to its former 7 conditions upon completion of such explorations, investigations,tests and studies. 8 9 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 10 cost of doing the Work,time required for its completion, and obtain all information I l required to make a proposal. Bidders shall rely exclusively and solely upon their 12 own estimates,investigation,research,tests,explorations, and other data which are 13 necessary for full and complete information upon which the proposal is to be based. 14 It is understood that the submission of a proposal is prima-facie evidence that the 15 Bidder has made the investigation, examinations and tests herein required. Claims 16 for additional compensation due to variations between conditions actually 17 encountered in construction and as indicated in the Contract Documents will not be 18 allowed. 19 20 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 21 between the Contract Documents and such other related documents. The Contractor 22 shall not take advantage of any gross error or omission in the Contract Documents, 23 and the City shall be permitted to make such corrections or interpretations as may 24 be deemed necessary for fulfillment of the intent of the Contract Documents. 25 26 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 27 28 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 29 the site which have been utilized by City in preparation of the Contract Documents. 30 The logs of Soil Borings, if any, on the plans are for general information only. 31 Neither the City nor the Engineer guarantee that the data shown is representative of 32 conditions which actually exist. 33 34 4.2.2. those drawings of physical conditions in or relating to existing surface and 35 subsurface structures (except Underground Facilities)which are at or contiguous to 36 the site that have been utilized by City in preparation of the Contract Documents. 37 38 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 39 on request. Those reports and drawings may not be part of the Contract 40 Documents,but the "technical data" contained therein upon which Bidder is entitled 41 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 42 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 43 responsible for any interpretation or conclusion drawn from any "technical data" or 44 any other data, interpretations,opinions or information. 45 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 2 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 3 exception the Bid is premised upon performing and furnishing the Work required by the 4 Contract Documents and applying the specific means,methods,techniques, sequences or 5 procedures of construction(if any)that may be shown or indicated or expressly required 6 by the Contract Documents, (iii)that Bidder has given City written notice of all 7 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 8 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 9 etc.,have not been resolved through the interpretations by City as described in 10 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 11 and convey understanding of all terms and conditions for performing and furnishing the 12 Work. 13 14 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 15 biphenyls (PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 16 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 17 Documents. 18 19 5. Availability of Lands for Work,Etc. 20 21 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 22 access thereto and other lands designated for use by Contractor in performing the Work 23 are identified in the Contract Documents. All additional lands and access thereto 24 required for temporary construction facilities, construction equipment or storage of 25 materials and equipment to be incorporated in the Work are to be obtained and paid for 26 by Contractor. Easements for permanent structures or permanent changes in existing 27 facilities are to be obtained and paid for by City unless otherwise provided in the 28 Contract Documents. 29 30 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 31 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 32 of-way, easements, and/or permits are not obtained, the City reserves the right to cancel 33 the award of contract at any time before the Bidder begins any construction work on the 34 project. 35 36 5.3. The Bidder shall be prepared to conunence construction without all executed right-of- 37 way, easements, and/or permits, and shall submit a schedule to the City of how 38 construction will proceed in the other areas of the project that do not require permits 39 and/or easements. 40 41 6. Interpretations and Addenda 42 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 3 received after this day may not be responded to. Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding Documents. 6 Only questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal effect. 8 9 Address questions to: 10 11 City of Fort Worth 12 1000 Throckmorton Street 13 Fort Worth,TX 76102 14 Attn: Scott Taylor,P.E.,Water Department 15 Email: Scott.Taylor@fortworthtexas.gov 16 Phone: (817) 392-7240 17 18 19 6.1.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 20 City. 21 22 6.2.Addenda or clarifications may be posted via City's Document share site at: 23 https://docs.b360.autodesk.com/shares/b590cc6b-a549-4242-a6l 7-7d6O3466ecd5. 24 25 6.3.A prebid conference may be held at the time and place indicated in the Advertisement or 26 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 27 Project. Bidders are encouraged to attend and participate in the conference. City will 28 transmit to all prospective Bidders of record such Addenda as City considers necessary 29 in response to questions arising at the conference. Oral statements may not be relied 30 upon and will not be binding or legally effective. 31 32 7. Bid Security 33 34 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 35 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 36 the requirements of Paragraphs 5.01 of the General Conditions. 37 38 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 39 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 40 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 41 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 42 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 43 other Bidders whom City believes to have a reasonable chance of receiving the award 44 will be retained by City until final contract execution. 45 46 8. Contract Times 47 The number of days within which, or the dates by which, Milestones are to be achieved in 48 accordance with the General Requirements and the Work is to be completed and ready for 49 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 50 attached Bid Form. 51 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 9. Liquidated Damages 2 Provisions for liquidated damages are set forth in the Agreement. 3 4 10. Substitute and "Or-Equal" Items 5 The Contract,if awarded,will be on the basis of materials and equipment described in the 6 Bidding Documents without consideration of possible substitute or "or-equal" items. 7 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or"or- b equal" item of material or equipment may be furnished or used by Contractor if acceptable to 9 City, application for such acceptance will not be considered by City until after the Effective 10 Date of the Agreement. The procedure for submission of any such application by Contractor 11 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 12 Conditions and is supplemented in Section 0125 00 of the General Requirements. 13 14 11. Subcontractors, Suppliers and Others 15 16 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 17 12-2011 (as amended),the City has goals for the participation of minority business 18 and/or small business enterprises in City contracts. A copy of the Ordinance can be 19 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 20 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 21 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 22 Venture Form as appropriate. The Forms including documentation must be received 23 by the City no later than 2:00 P.M. CST, on the second business days after the bid 24 opening date. The Bidder shall obtain a receipt from the City as evidence the 25 documentation was received. Failure to comply shall render the bid as non- 26 responsive. 27 28 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 29 or organization against whom Contractor has reasonable objection. 30 31 12. Bid Form 32 33 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 34 obtained from the City. 35 36 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 37 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 38 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 39 price item listed therein. In the case of optional alternatives, the words "No Bid," 40 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 41 written in ink in both words and numerals, for which the Bidder proposes to do the 42 work contemplated or furnish materials required. All prices shall be written legibly. 43 In case of discrepancy between price in written words and the price in written 44 numerals,the price in written words shall govern. 45 46 The Total Bid price shall be the amount necessary for construction of the entire 47 project, including bid item 7—Construction Allowance. Any items not specifically 48 related to the individual bid items 1 -6, such as mobilization, demobilization,bonds, 49 insurance, and general conditions, shall be proportionally included within the lump 50 sum prices for the listed bid items 1 - 6. 51 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.3. Bids by corporations shall be executed in the corporate name by the president or a 2 vice-president or other corporate officer accompanied by evidence of authority to 3 sign. The corporate seal shall be affixed. The corporate address and state of 4 incorporation shall be shown below the signature. 5 6 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 7 partner,whose title must appear under the signature accompanied by evidence of 8 authority to sign. The official address of the partnership shall be shown below the 9 signature. 10 11 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 12 member and accompanied by evidence of authority to sign. The state of formation of 13 the firm and the official address of the firm shall be shown. 14 15 12.6. Bids by individuals shall show the Bidder's name and official address. 16 17 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 18 indicated on the Bid Form. The official address of the joint venture shall be shown. 19 20 12.8. All names shall be typed or printed in ink below the signature. 21 22 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 23 which shall be filled in on the Bid Form. 24 25 12.10. Postal and e-mail addresses and telephone number for communications regarding the 26 Bid shall be shown. 27 28 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 29 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 30 to State Law Non Resident Bidder. 31 32 13. Submission of Bids 33 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 34 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 35 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 36 envelope,marked with the City Project Number,Project title,the name and address of 37 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 38 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 39 envelope with the notation"BID ENCLOSED" on the face of it. 40 41 14. Modification and Withdrawal of Bids 42 43 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 44 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 45 must be made in writing by an appropriate document duly executed in the manner 46 that a Bid must be executed and delivered to the place where Bids are to be submitted 47 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 48 are opened and publicly read aloud, the Bids for which a withdrawal request has been 49 properly filed may, at the option of the City,be returned unopened. 50 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 2 time set for the closing of Bid receipt. 3 4 15. Opening of Bids 5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 6 abstract of the amounts of the base Bids and major alternates (if any)will be made available 7 to Bidders after the opening of Bids. 8 9 16. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specified for Notice of Award 11 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 12 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 13 14 17. Evaluation of Bids and Award of Contract 15 16 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 17 to reject any or all nonconforming,nonresponsive, unbalanced or conditional Bids 18 and to reject the Bid of any Bidder if City believes that it would not be in the best 19 interest of the Project to make an award to that Bidder,whether because the Bid is 20 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 21 meet any other pertinent standard or criteria established by City. City also reserves 22 the right to waive informalities not involving price, contract time or changes in the 23 Work with the Successful Bidder. Discrepancies between the multiplication of units 24 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 25 between the indicated sum of any column of figures and the correct sum thereof will 26 be resolved in favor of the correct sum. Discrepancies between words and figures 27 will be resolved in favor of the words. 28 29 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 30 among the Bidders, Bidder is an interested party to any litigation against City, 31 City or Bidder may have a claim against the other or be engaged in litigation, 32 Bidder is in arrears on any existing contract or has defaulted on a previous 33 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 34 Bidder has uncompleted work which in the judgment of the City will prevent or 35 hinder the prompt completion of additional work if awarded. 36 37 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 38 other persons and organizations proposed for those portions of the Work as to which 39 the identity of Subcontractors, Suppliers, and other persons and organizations must 40 be submitted as provided in the Contract Documents or upon the request of the City. 41 City also may consider the operating costs, maintenance requirements,performance 42 data and guarantees of major items of materials and equipment proposed for 43 incorporation in the Work when such data is required to be submitted prior to the 44 Notice of Award. 45 46 17.3. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of any Bid and to establish the responsibility, qualifications, and financial 48 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 49 organizations to perform and furnish the Work in accordance with the Contract 50 Documents to City's satisfaction within the prescribed time. 51 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.4. Contractor shall perform with his own organization,work of a value not less than 2 35% of the value embraced on the Contract,unless otherwise approved by the City. 3 4 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 5 responsive Bidder whose evaluation by City indicates that the award will be in the 6 best interests of the City. 7 8 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 9 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 10 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 11 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 12 comparable contract in the state in which the nonresident's principal place of 13 business is located. 14 15 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 16 to be awarded, City will award the Contract within 90 days after the day of the Bid 17 opening unless extended in writing. No other act of City or others will constitute 18 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 19 the City. 20 21 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 22 23 18. Signing of Agreement 24 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 25 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 26 Contractor shall sign and deliver the required number of counterparts of the Agreement to 27 City with the required Bonds, Certificates of Insurance, and all other required documentation. 28 City shall thereafter deliver one fully signed counterpart to Contractor. 29 30 31 32 END OF SECTION CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 THIS PAGE LEFT BLANK INTENTIONALLY 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 SECTION 00 32 15 CONSTRUCTION PROJECT SCHEDULE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal,updating, status reporting and management of the Construction Project Schedule B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements D. Purpose The City of Fort Worth(City)is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor(Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler)responsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Project Schedules Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractor CITY OF FORT WORTH [Insect Project Name] STANDARD SPECIFICATION [Insert Project Number] Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. 1. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method(CPM)based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered"approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the"tiers". 1. Tier l: Small Size and Short Duration Project(design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as-needed basis. 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies"start"and"finish"milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City,updates to the"start"and"finish"dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail (generally Level 3) and in CITY OF FORT WORTH [Insert Project Name] STANDARD SPECIFICATION [Insert Project Number] Revised JULY 20,2018 0032 15-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 alignment with the WBS structure in Section 1.4.14 as agreed by the Project Manager. The Contractor issues to the City,updates of their respective schedule(Progress Schedule) at the end of each month throughout the life of their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below. The City develops and maintains a Master Project Schedule as a"baseline"schedule and issue monthly updates to the City Project Manager(end of each month) as a"progress" schedule. The Contractor prepares and submits each schedule type to fulfill their contractual requirements. 1. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the"Baseline"schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule,the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 00 32 15.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is referred to as the"Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable,the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non-acceptance notification. An example of a Progress Schedule is provided in Specification 00 32 15.2 Construction Project Schedule Progress Example. 1.4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. A. Schedule Framework The schedule will be based on the defined scope of work and follow the(Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. B. Schedule File Name CITY OF FORT WORTH [Insert Project Name] STANDARD SPECIFICATION [Insert Project Number] Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the nafne of the project followed by baseline(if a baseline schedule)or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number Project Name_Baseline Example: 101376 H North Montgomery Street MAC Baseline • Progress Schedule File Name Format: City Project Number Project Name_YYYY-MM Example: 101376 North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number_Project Name_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC_PN_2018_01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements(later) • Parks • Storm water • Street Maintenance • Traffic • Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays(New Years,Martin Luther King,Memorial, Independence, Labor,Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS &Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure(WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH [Insert Project Name] STANDARD SPECIFICATION [Insert Project Number] Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. 1. Contractor is required to utilize the City's WBS structure and respective project type template for"Construction" as shown in Section 1.4.H below. Additional activities may be added to Levels 1 -4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution"that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.I below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. F. Schedule Activities Activities are the discrete elements of work,that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start"and"project finish"milestones. The activity duration is based on the physical amount of work to be performed for the stated activity,with a maximum duration of 20 working days. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. G. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: l. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed,unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. H. City's Work Breakdown Structure CITY OF FORT WORTH [Insert Project Name] STANDARD SPECIFICATION [Insert Project Number] Revised JULY 20,2018 0032 15-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design(30%) XXXXXX.30.30 Preliminary Design(60%) XXXYM.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits -Identification XXXXXX.30.60.20 Permits -Review/Approve XXXXXX.40 ROW&Easements XXXYM.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction X XXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection X vXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones The following milestone activities (i.e.,important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed -Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities,ROW, Traffic,Parks, Storm Water, Water& Sewer 3150 Peer Review Meeting/Design Review meeting(technical) 3160 Conduct Design Public Meeting#1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water,Water& Sewer 3250 Conduct Design Public Meeting#2 (required) 3260 Preliminary Design Complete CITY OF FORT WORTH [Insect Project Name] STANDARD SPECIFICATION [Insert Project Number] Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water& Sewer 3330 Conduct Design Public Meeting#3 (if required) 3360 Final Design Complete ROW&Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting#4 Pre-Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.5 SUBMITTALS A. Schedule Submittal&Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule ivithin ten workdays of Contractor's submittal. 1. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format(.xer,.xnt1,.ntpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in.x1s or xlsx format in compliance with the sample layout(See Specification 00 32 115.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial &Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form(in the file formats noted above), in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice ofAward. CITY OF FORT WORTH [Insert Project Name] STANDARD SPECIFICATION [Insert Project Number] Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule,including format& WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their•initial schedule and issuing(within five workdays)their• Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule(Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete,the Project Controls Specialist conrrnunicates directly with the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report(referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: • Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) • Explain variances from the baseline on critical path activities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY OF FORT WORTH [Insert Project Name] STANDARD SPECIFICATION [Insert Project Number] Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 • Schedules and Monthly Construction Status Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Construction Project Schedule Submittal Process. • Once the project has been completed and Final Acceptance has been issued by the City,no further progress schedules or construction status reports are required from the Contractor. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the Contractor's Project Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the Contractor's scope of work. C. The Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 15.2 Construction Project Schedule Progress Example Spec 00 32 15.3 Construction Project Schedule Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH [Insert Project Name] STANDARD SPECIFICATION [Insert Project Number] Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue CITY OF FORT WORTH [Insert Project Name] STANDARD SPECIFICATION [Insert Project Number] Revised JULY 20,2018 DU 35 13 slo FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") tc a City of Fart Worth (also referred to as "City") procurement are required to complete Conflict of interest Questionnaire (the attached CIQ Farm) and Local Government Officer Conflicts DiscicsUre Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced farms may also be downloaded from the webs 1te Links provided below. htt ;IlwvAv.elrllGs.state.tx.usflorms/0 0.ndI htt :lfwww.ethics.state.tx.uslformt.[CIS. dt C I Q Farm is on file with City Secretary ❑ CIO Form is being provided to the City Secretary CIS Form is on File with City Secretary -� CIS Form is being provided to the City Secretary BIDDER: Crescent Constructors, Inc. By. David Idwel 2560 Technology Drive Signature: Suite 400 Plana, Tx 75074 Title: Vice 40sident END OF SECTION CITY OF FORT WORT11 STANOAPD CONSTRUCTION SPECIFICATION QOCOMFNTS Westslde 1NTP Plate SettledE xpnnslon Prolecl Fora Revised 2M=27 UV Projecl No. 10205� 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Westside Water Treatment Plant Plate Settler Expansion Project City Project No.: 102052 Units/Sections: N/A 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with City in the form .included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms.and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,'including without limitation those dealing with the disposition of Bid Band. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. 'collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non- competitive levels. d. 'coercive practice"means harming or threatening to harm,directly or indirectly, persons or their CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Westside WiP Plate Settler Expansion Project Form Revised 20150821 City Project No.102052 00 41 00 BID FORM Page 2 of 3 property to influence their participation in the bidding process or affect the execution of the Contract, 3. Prequalification The Bidder acknowledges that the following work types must be .performed only by prequalified contractors and subcontractors: a. Water/Wastewater Treatment Facilities b. Electrical c. Instrumentation and Control d. Applications Engineering (PLC and HMI Programming) 4. Time of Completion 4J. The Work will be substantially complete within 365 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2, The Work will be complete for Final Acceptance within 400 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.3. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Fof m, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement,Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 35 13 *If necessary,CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Weslside WTP Plate Settler EXpansion Project Fenn Revised 20150821 City Project No.102052 004100 W FORM Pap 3or3 6.2. It is,understood and agreed by the Bidder In signing this proposal that the total bid amount entered bielow Is subject to Verification and/or modification by muitipMog the unit bid prices far each pay item by the vespective estimated quantitles shown in this proposal and then totaling all of the extend ad amounts. Total Rid #REFI 7. Bid stabrnittal This 13id is submItted an AprlI 1s1,2021 'by the entity named below. Respedfull rililt Receipt Is acknowledged of the Irlltlal following Addenda: Ry: Addendum No, 1: Klan at—If e] Addendum No.2: David Caldwell (printed Name) 'Titls;'Vlde Presldeni Company:;Crescent Conslruetors,Inc, Corporate seal: Add re s s:12 560 TEChnoldgy drive Sulta 400 t 'Plana,Tx 75074 state of tm�orpora#Can: Jexas Email: DauidQcrel&canicohstrul i6rs,com l I Phane:iWi.42M14 END OF SECTION CITY OF FORT WMTH STANDARD 0014STRUC710H SPECIFICATION DOCUMENTS WosIslda WrP mato acky1sr Exparrslon Project Famti R Y[5td 2C1&W21 Clly fkoJoel 14%102052 004243 DID PROPOSAL SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project hern Inronnation Bidders Proposal Bidlistitern Description Unit of Bid Unit Price Did Value No. Measure Quantity Furnish and Install additional plate settlers,Including I support beams,into the existing three sedimentation LS I (XDD basins. I r6-m-ls-h--a,n--d--l-n-s-tai-ine-w-fil-te-r-,u"n-d--e,r,d-r,-a-1,ns-,,s"-u,p'po,r-,t gravel,anthracite media,backwash troughs,associated 2 piping,valves and appurtenances,and other facilities LS 1 2_5 lubc) o to necessary for placing Filter No.6 into operation. Furnish and install one additional membrane feed pump, U CID 3 Including associated piping,valves and appurtenances. LS 1Ll b I D000 4457cxy- Replace ei n-g raw water meter r and goes control va vi e-- located In the Raw Water Meter Vault with now raw Z 0 4 water flow meter and flow control valve. LS 1 0 D 0 Modify ........ ------ Modify existing treated water sample station and extend 5 sample line. LS I JJ060 Dlow 04) with the Westside Water Treatment Plate Settler 1Electrical and insW mentailon Improvements associated )5(to, boo 1),JTUO COO 6 Expansion Project as shown In the contract documents. LS I ­­­--&nstru�_tkar'ko-wa-ri-C-e 7 LS 1 $50,000.00 $60,000.00 T.I.1 Bid $50,000.00 CITY OF FORT WOR111 STANDARD CONSIRUCTION SPECIFICATION DOCUMENTS W.1,1&WIP PhW sdtk,BT­,ion h.1.1 r.-Rni,.]20 120120 City 102032 W 4313 ET OU1VP Pala i a!1 SECTION 94 43 13 810 COND KNOW ALL BY THESE PRESENTS: T hat we.(gldder Name) Crescent Constructors. Inc. hereinafter called the Principal, and(Surety Narne)Trevelers Casualty and Sure_ty Compariy of AmeriGA a corpofatian or ilrm duly authorized to Varisect surety business In the State of Texas,hereinafter caged the Surety, are held and flrrniv bound unto the CO, hareina&r called the Qbilgee. In the surn yr FiYe Percent of the Greatest Amount Bid Dollars ($5% ' ), the payment of which sum will be well and Truly made and The said Principal and the Bald Surety,bind our9eivas,our heirs,executors,admIrlstrators,successors end assigns,jointiy and severally,firm by these presents. WHEREAS,the Principal has submitted a proposal to perform work for iho following project of the Ogllgee. identified as wesiside Water Treatment Plant Plate Settler Fxpanslon Project 0 NOW, THEREFORE, if the Obligee shall award the Conhact for the foregoing project to the Pftncipat, and the Principal shall satisfy all requirements and tondlilons required far the execution of the Contract and shall eritar Into the Contract In wriling with the Obllgae In accordance with the terms of SUGh i proposal,then this bond shall be null and vold. If the Principal rails to execute such Contract in scoordence with the terms of such proposal or fails to satisfy all requirements and condltions required for the execution of the Oontfact In accordance with the proposal or fails to satisfy all requirements and oondillons required for The execution of the Contract in accordance with the proposal, this bond shall be coma 111e property of the Obiineo, wi1hnut recourse of the Principal andror Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total 91d Amount and the next selected Bidder's Total Bid Atnount. SIGNED this 1st day of April, 2021 14M. By: Crescent G tructo I G, (Signature and Title of Principal) -By.. Travelers Casualty and Surety Company of)4merica Jeffrey To[j )V.ci ntosh (Signature of Ali mey-of-Fact) I *Attach Power of Attorney(Surety)for Mir rney-in-l=act Impressed Surety Seal Only END Of SECTION ciT V 4F r4RT Yyom aTAN00R4 CONSTRUCTION SRECIFICATIOrr 1310MMEN79 WuWda WTP A1310 301Wr EMPQnd on P spa I Form Raulsed MUM? CISy Projper Mks,102052 I Travelers Casualty and Surety Company of America low Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY Kill OW ALL M F N 13Y THESE PRESENTS: That Travelers Casualty and Surety Company of Amerlca.Tiavalers Casually and Surely Company, and St. Paul Flre and Madna Insurance Company are corporations duly organized under the laws of the State of Cannecticult (hereln collectively called the "Companies"],and that The Companies do hereby make,rons6Wle and appo]nt Jeffrey Todd NOmosh of Plano , Texas .their true and lawful Attorneydn-Fact to sign. exoeute, seal and acknowledge any and all bonds, fecognlxances, conditional undeftakings and other wrllings obligatory in Iha nalure thereof on behalf of the Connpanles In their busl"ss or guaranteeing the fldellly or persons, guaranteeing the pedormancc of contfacts and executing or guaranteeing bonds and underla[dngs required or permitted In arty actions or proceedings allowed by law. 11"WITN ESS WHEREOF.the ConlpanWs have caused Ihls insirumenil to he signed,and their uorparate seats To be hefeto affixed,this 3rd day of rab ruwy, 2017. s s FVJITFCH}U. f' J.Ir C.4ffq) R i G4r111. Slate of Connecticut ~ Chy of Hartford ss. Robed L.Raney,SeffforVice President On this the 3rd day of February,z417,before me personally appeared Robert L. Raney,who acknuwfedged himself to be the Senior Vice President of Travelers Casually and Surety Company of Ame6Ga,Travelers Casually and Surety Company, and St.Paul Fire and Marine Insurance Company,and that he,as such,being atiftfixed so to da,executed the foregoing Instrument for the purposes therein cantalned by signing on behall of the cflrporallons by himself as a duly authorized OHlaer. In Witness Whereof,I hereunto set My hand and offlcia1 seal. 0 T My Commission expires the 30M day of June, 2021 Etio t Mane C.Tetreauh.Notary P011c This Powsr of Attorney Is granted under and by the authorlty of the hNoWng Fesolutions adopted by the Boards of 01rectors or Travelers Casualty end Surely Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Imurance Company,whicin resolul Ions are naW In full force and elect,reading as follows: REWI-Wit,that the Chalrman,the President,any Vim Chairman,any Executive Hive President,any Senior Vice Ffesldent,any Vice President,any Se and\lice Presldent,the Treasurer,any Assistant Treasurer.the Corporate Secretary or any Assistant 5ecrelary may appoint Altorneys-In-Fact and Agents to act for and on behoIf of the Company and may give s Lich appointee surh eulhority as his or her cerlificale of authority may pre9Crlbe to sign with the Company's name and seal with the Company's seal bonds, recognlzances,contracts of indemrAy,and other wrilIngs obligatory in the nature of a bond,fecognlzance,or conditlonal undertaking,and any nr sald officers or the Roafd of Direnlam al any lime may mmow any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman, the President,any Vice Chalrman, any Executive Vice President, any Senor Vice President or any Vice President may delegale all OF arty par]of the ruregoirlg aulhorlly to one or more officers or employees arthis Company,provided That each such delegalivn Is In wriil ng and a copy thereat is Clad in the office of the Secretary;and It Is FURTHER RESOLVED,that any bend,fecogffizancei,contract of indemnlly,or wiling obllgatory in the nature of a bond,rerOgnlzance, ur condlitanal undertaking shall be valid and binding upon the NhrpanyWhsn(a)glgMd by the President,any Vice Chairman,any Execuliva Vice Presldent,any Senlor Vice President of any Vice President, any Second Vice President, the Treasurer, any Asslstmt Treasurer, the Corporals Secretary a any Assistant Secrelay and duly attested and sealed with the Company's seal by a Serrelafy or Assislant Secretary:aQ fb)duly exetuled{finder seal,If requlred)by one or more Attorneys-in-Fact and Agents pufsuanf to the power proscrioed In his or her aertilloate or their certlffCates of aulhorily Or by one or more Company officers pursuantto s written delegation of authority,and it is FURTHEFt RESOLVED,that the signature of each of the following officers:President,any Fmcullve Vice President,any Senior Vice President.any Vice President,any Assistant Vlce President,any Secretary,any Asslsiant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any ourtificale relating thereto appointing Resident Vice Presl&ft Resident Assistant Secretaries or Atlorneys-Tn-Fact for purposes only of executing and attesting bards and undertakings and other wfihngs obligatory In the nature thereof,and any such Power of Attorney or carti 1cate bearing such facsimile signature❑r facsimile seal shall be valid and binding upon 11ne Company and any such paver s0 BxeCUTOd and Oaf III by such facsimile signature and facsirnlle seal sh2II be valid and binding on the Company in the future with fespecl to any bond or understanding to Which it is attached. t, Kevin E. }iughas, the undersigned, Asslstaol Secretary of Travefefs Casualty aTld Surety Company of America, Travelers Casualty and Surety Company.and 51. Paul fire and Marine Insuran0@ Company,do hereby CerGfy that the above and foregoing is a true and correct Copy of the Power of Attorney execuTed by said Companies,vrtTlch remains in full lorte and effect. ❑ated this 9 St day of April 2021 �y'�rr Mwr nAa Kevin E.Hughes,Assi lant Secretary 7'ra verify the autiresticfty of th}s Power efAttarereyr please call es at I-800-421-3880. Please refer ra thB aGava-named Attemey-fa-Fact acid the details of ilia Load to which the poweris attached. I TEXAS - INFORMATION OR COMPLAINTS NOTICE To obtain information or make a complaint: You may call Travelers toll-free telephone numbar for information or to mal a a complaint at; 1-800-328-2189 You may contact the Texas Department of Insurance to obtain information on comp an1es, coverages, rights, or complaints at: 1-600-252-3439 You may write the Texas Department of Insuranr PO Pox 149104 Austin, TX 78714-9104 Fax(512)475-1771 Web: htt JJwww.tdAexas. ov E-ma* Cansurr)erPratection@tdi.texas.yov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first- If the dispute is not resolved,you may contact the Texas Department of Insurance. I ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not became a pars or condition of the attached document. AVI SO IMPO RTAIVTE INFORIVIACi6N O QUEJAS -TEXAS Usted puede flamer al nurnero de telefono gratis de Travelers pars informaciAn o Para someter una queja al: 1-800-328- 180 Puede cornunicarse con el Departamento de Seguras de Texas Para obtenar Informaci6n acerca de companias, coberturas, derechos o quajes at: 1-800-25 2-3439 Puede eseribir at Departamento de Seguros de Texas PO Box 149104 Austin, TX 78714-9104 Fax(512)475-1771 Web: htt JAv►vw.tdi.texas.gav E-mail: Con sumerProteciian(tdi.texas.aoy DISPUTAS SOBRE PRIMAS O RECLAMOS: Si Ilene una disputa concerniente a su prima o a un reclamo, debe cornunicarse can sl Agente o Travelers primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento(TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo pars proposito de InformaciAn y no se convierte en parte o condicion del documento adjunto. NTC-19023 Ed.05.13 Page 1 of 1 0 2013 The Trauellars Indemnity Company. All rights reserved. 00 4S 37 VENDOR COMPLIANCE TO STATE LAW Pape i of 1 5EOTWN 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESlUENT 91DDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This taw provides that, in order to be awarded a nontract as low bidder, nonresident kidders (out-of-state contractors whose corporate offices or principal plaoa of business are outside the State of Texas) bid projects for construction, Improvements, supplies or wwiaes in Texas at an amount lower than the lowest Texas resident bldder by the same amount that a Texas resident binder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal The appropriate blanks in Section A`rnust be filled out by all nonresident bidders in order for your bid to meat specifications.The failure of nonresident bidders to do so wi4 automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or 81ank., our principal place of business, are required to he ;%Here - percent tower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank,our principal place of business, are not required to underbid resident bidders_ B.The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: Crescent Constructors, By: David Caldwell Inc. 2660 Technology thrive Suite 400 Jfi6r) Piano,Tx 75074 Signatur Title: Vice President Date: 41112021 I I t;ND OF SECTION I CITY OF FORT WORTH STA14DARQ coNsTRuc7ION SPECINCATIOC'r DOGUMENTS Weslslda Yu rp Plaia 6CRy Ejacl roan Pr2052 Farm RAvlsed 20410627 City Rr 4�oc[N o.102452 004511 - 1 BIDDERS PREQUALIFICATIONS Pagel of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary.All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13,Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven(7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application,the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter,Articles of Incorporation,Articles of Organization, Certificate of Formation,LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun&Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Numbeil Revised July 1,2011 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S, dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or(2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital(working capital=current assets—current liabilities)by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidden Pt-equalif cation Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None"or"N/A"should be inserted. (2) A minimum of five (5)references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer,model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Numbeil Revised July 1,2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Numbet] Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK 004512 Flip FORM Page 1 oI 1 SECTION 404512 PRFOUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for te major work type(s) listed. Major Work Type Contractor/Subcontractor Company blame Prequalificatien Ex iration Date WaterMastewater Treatment Crescent Constructors, Inc. 113112022 Facilitles Electrical Instrumentation and Control Applt catlons Engineering (PLC and HW Programming) The uridemigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work typos listed. BIDDER: Crescent Constructors, By: avid C dwell Inc. 2560 Technology Drive Suite 400 ( gna e Piano, Tx 75074 Title: Vice President Date: LC END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Weststde INTP Plate Sealer Expansion Proioel Form Ravlsed 20120120 Crty Projed No. 102052 i 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 1 of 8 .FonKTWORT SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Marls only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches, and 350 LF or less Tunneling-36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development, 24-inches and smaller Water Transmission,Urban/Renewal, 24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal, 42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inclies and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0045 13-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer,director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0045 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0045 13-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director, or stockholder or relative thereof. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 00452d-1 CONTRACTOR COMPLIANCE~WITH WORKER'S CO?APENSATION LAW Pap I of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORIUR'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a),as ntnended, Contractor certifies that it S provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 102052. Contractor further certifies that, piusuant to Texas Labor Code,Section 7 406.096(b),as amended, it will provide to City its subcont,'actor's certificates of compliance with 8 worker's compensation coverage. 9 14 CONTRACTOR: 11 12 Crescent Constructors Inc. By._ David Caldwell 13 Company — lease Print) 14 15 2560 Technology Drive, Suite 400 Signatutw 16 Andress 17 18 Piano, TX 75074 Titic; Vice President 19 ci lState/zi ty p (Please Print) 20 21 22 THE STATE OF TEXAS 23 24 COUNTY OF TARRANT § 25 26 BEFOR ,the undersigned authority, on this day personally appeared 27 DaVI a d ,known to me to be the per-son whose natrle is 28 subscribed to the foroguing instrument,and acknowledged to me that hetshe executed the same as 29 the act and deed of Crescent Constructors, Inc. for the purposes and i 30 consIdoration therein expressed and In the capacity therein Stated. 11 32 GIVYN UNDER MY HAND AND SEAL OF OFFICE this day of 33 , 21 L 34 3 36 is USA#iILL 37N0TAAYPU8UC-STATEOFTEXAS Notary Public in and far the State of Texas 38 MY COW EXP.2121I21?22 IaDTARY ID#124129m 39 END OF SECTION 40 CITY OF FORT WORN Weslsidc WTF Flnw Stiller Exr msimi Pmjcci STANDARD CONSTRUCTION SPECIFICATION DCCUMENTS City P gjt;Gl Tin, 102052 � 3cptcnt6cr 16,2C20 00 45 40-1 Minority Business Enterprise Specifications Page l of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is 6% of the total bid value of the contract. 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 30 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 31 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 32 time allocated. A faxed and/or emailed copy'will not be accepted. 33 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RE,SONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions, Please Contact The M/WBE Office at(817) 212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 00 52 43-1 Agreement Page 1 of 7 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 08/03/21, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Crescent Constructors Inc., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2.PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Westside Water Treatment Plant Plate Settler Expansion City Project No. 102052 Article 3. CONTRACT PRICE i City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Three Million, Six Hundred Ninety-Seven Thousand Dollars ($3,697,000.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Substantial Completion and Final Acceptance. The Work shall be substantially complete within 365 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. Contractor shall achieve Final Acceptance of the Work, including all punch list items, within 400 days from the date of Substantial Completion. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Westside Water Treatment Plant Plate Settler Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 Revised 6/2021 00 52 43-2 Agreement Page 2 of 7 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION CITY OF FORT WORTH Westside Water Treatment Plant Plate Settler Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 Revised 6/2021 00 52 43-3 Agreement Page 3 of 7 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city,its officers,servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Westside Water Treatment Plant Plate Settler Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 Revised 6/2021 00 52 43-4 Agreement Page 4 of 7 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient fiends are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and(2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel, and(2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code-(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. CITY OF FORT WORTH Westside Water Treatment Plant Plate Settler Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 Revised 6/2021 00 52 43-5 Agreement Page 5 of 7 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. CITY OF FORT WORTH Westside Water Treatment Plant Plate Settler Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 Revised 6/2021 00 52 43-6 Agreement Page 6 of 7 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH Westside Water Treatment Plant Plate Settler Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 Revised 6/2021 GoS�43- r�grceeruuk Pogo 7 of , TN WITNESS WHERWF, City and Contractor have each executed #leis Agiwment to he effective as of the date subscribed by the City's designated Assistant City lvlanagw ('Effective Contractor; Cresaollt cunstruaors,Inc. City of Fart W01111 By: Bye Dana&44doff Qana BuPddfrsipsml L[dFJ GQT] Sid tare Dana Bureidoff Assistant City Manager David Caldwell Sep 3,2021 (Printed Mama) Date Vice President Title —- �7 s , Address AonaldF. Gonzales,Actlog Uly Searetmy VOR� 2560'Technology Drivo, Suite 400 O CitylStatelZip (Seal) ; Plano,Texas 75074 2 / M&C:21-OS40 Dato Date:08103121 Farm 1295 No..2021-741272 MCA Conlead Compliance Manager: By aigning,I aelwowledge that 1 am the person responsible for the monitoring and j administration of this oont1-aot,hielufts ensuring all performance and reporting rquirements Scott Ta or,P.B. Project hdartag�' Approved as to Form and regality: cep+e�[cr�a,w�i l..irccn Douglas W.Black Sr.Assistant City Attorney APPROVAL RECO vIMENI DP.U: :hrhaophr•H e;A..�xr,:e,,:::,•::: Chrls Hardw,P.E.,Direotm, Water Department OFFICIAL RECORD CITY OF FORT W'01VrN Weslsidc WMerTrenkma1al hlWIMt rSVIIW 5T►1N CARD CONSTRUMIONst'Ecsric,a7•ionnocur�l I'S ciryPrqJeuu�TMy Atwisea FT, WORTH, TX Bond No. lC7239366 046113-1 FERPORMANCE RON Page 1 6f'2 I i t SECTION 00 6113 2 PERFORMANCE BOND � 4 THE STATE OF TEXAS � 5 9 ]KNOW ALL BY THESE PRESENTS- 6 COUNTY OF TAIItRANT § 7 v I 8 That we, Crescent Constructors, Inc. ,known as 9 "Principal"herein and.Travelers Casualty & Surety Co of America ,a corporate 10 sumty(s u relies, if more than.one)duly authorized to do business in the State of Texas,known e5 1 t "Surety„herein(whether one or[wore),are held and firmly bound unto the City of Fort Worth,a 12 municipal corporation created pursuant to the laws of Texas, Known as"City"herein, in the penal 13 surn of,Three Million Six Hundred Riviety Seven Thou send and 0o11oc Dollars ! 1 [ 3.697,f700•fl0 ,lawful money of the United States,to be paid in fort Worth, j 15 Tarrant County,Texas for the payment of which sum well and truly to ba made,we bind � 16 ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally, ; 17 firmly by these presents. is VAnMRAS,the Pdneipal has entered into a certain written contract with the City 19 awarded the 3 day of 204,which Contract is hereby referred to and 2D made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment 21 labor and other accessories defined by law,in the prosecution of the Work, including any Change 22 Orders,as provided for in said Contract designated as Westsida Wnter Treatment Plagnt Plate 23 Settler Expansion Project,City Pfojaeaat Nu. 102052. 24 NOW,TMREFORIE;,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and f 26 faithfully perform the Work, including Change Orders,under the Contract,according to the plans, II 27 specifications, and contract documents therein referred tp,and as Wei I during any period of ] 21 extension oftha Contract that Wray be granted on the part of the City,then this obligation shrill be 29 and become null and void,otherwise,to remain in full force and effect, 30 TROVIDEU FURTMER,that:if any legal action he filed on this Bond,venue shall lie in 31 Tarrant County,Texas or the United States District Court for the Northem District ofTcxas,Port i 32 Worth Division. CITY OF FORT WORTH WcsWdo WTP plait 5etiler fixpamicp Project STANDARD CONSTttt"10N SPECIFICATION DOCUMENTS Cary Prglocl No.102052 Saptember I&.202U 0061 13-z PERFORMANCE 80N D Peg:2of2 I This bond is made end executed in compliance with the provisions of Chapter 2253 of the 2 Texas Govertlment Code,as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of solid statue. 4 IN WITNESS WHERE OF,the Principal and the Suitty have S1GNED and SEALED 3 this instrument by duly audiariaed agents and officers on this the_ � day of 6 242A . 7 PRTNCf PAL $ CrssaantConstrurtasa, Inc. 9' 14 l BY: 12 tuns 13 A 14 ]5 _ 0av1d Caldwell,Vlca PreslaQnt 16 (Priticipal)Secretwy Lisa HIII flame and Tine 17 18 Address. P561D Technology orlve.suite 4U0 19 Reno,Tx n074 20 21 22 Witness io to Pr 1pal ba gtas WaAk 23 SUREM 24 Travelers Casualty and Surety 25 Comoany of Amed a 26 27 BY: IA4r.. t 2$ ire 29 30 Jeffrey Todd McIntosh, Attorney-in-Fact 31 Name and Title 37 33 Address: One Tower Square 34 II Hartford CT 06183 35 36 l�37 Witness as to Surety Conhib Kregel TelephonoNornber: 214-570-6000 38 39 40 41 *Note: If sipped by an officer of the Surety Company,there must he on file a certified extract 42 from the by-laws shovAng that this person has authority to sign such obligation. N 43 Surety's physical address is different from its mailing address, both must he provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH Wiwsdde wTP Piatc settler E xpaeslon Rrojeet STANDAM CO,tSTKUCTION SPEC]FICAMN DOCUMFIv'1'S City Projeeu No.ID2052 September 16,202C t Q06114-I Bond No. 107239366 PAYMENTHUND Page 1 aF2 � ] SECTION 80 6114 � 2 PAYMF-NT BOND 3 4 THE STATE OF TEXAS i s § KNOW ALL BY THESE PRESENTS: I 6 COUNTY OF TARRAAIT § l 2 I I 8 That we, Creaceni Constructors,Inc. _ , known as i 4 "Principal" hereill, and Travelerg Casualty&surety Co of Morita , a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as I 11 "Surety„herein(whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, k 13 in the penaC sum of Three MiWon six Hundred Ninety Severn TnOUSS red and 00100 Dollars i 14 (S 3,697, IGM ), lawful money of the United States, to be paid in Fort Worth, E 15 Tarrant County,Texas,for the Payment of which sum well and truly be made, we bind ourselves, 16 our heirs,executors, administrators,successors and assigns,jointly and severally, firmly by these 17 presents: 18 WHEREAS,Principal has entered into a certain written Contract with City,$warded the 19 �dtry of k 2� which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in � I 22 said Contract and designated as Westside Water Treatment Plant plate Settler Expansion Project, 23 City Project No. 102052. l 1 24 NOW, '1"IiEMFORE, Tl-M CONDITION OF THIS 013LIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 oFthe Texas Government Cede, as amended) is the prosecutions of the Work under I 27 the Carstraat, then this obligation shall be and become null and void; otherwise to rernaln in full 28 fcree and effect. 29 This bored is made and executed in compliance with the provisions of Chapter 2253 of the 3o Texas Government Cade, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute, 32 CITY OF FORT WORTH Weatsidc WPP Plaw senior ExPtuuion Project � STANDA KD CONST RUCTION SPEC]F ICATIDN DOCUM ENTS City Frnjec t No. 102052 Seplsmber[6,2020 C061 14-2 PAYMENT t30ND Pap 2of2 t W WITNESS WHEREOF,tic Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and ofl~iceis on this the day of 3 4LAZO AL 120Lj - 4 PRINCIPAL. Cresurl Con tmMrs,Inc_ ,ATTEST: BY: sieirure David Caldwell,Vlae President (Principal)Secretary Lisa Hill Name and Title Address. 2560 TerArwlogy Drive,Suite 400 14 Plano,TX 75074 1 I#[Ie53 #0 ' Iticip$l aartglas Wasik SURETY; Travelers Casualty and Surety Com an of America AT RST: BY: r_ c t See Pourer of Attorney Jeffrey Todd McIntosh. Attorney-in-Fact (Surety)Secretary Name and Title Address: One Tower Square —� l ' Hartford CT 06163 t KoQk Witness as to Surety nnie KregeI Telephone Nwnber; 214-570-8000 -- 5 b Note: [f signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this pefson lr$s authority to sign such obligation. If Surety's physical S address is different froin its mailing address,both must be provided. 9 10 Tlie date of the board sliall not be prior to the date the Contract is awarded. 1 END OF SECTION 12 CITY 01:VORT WORTH Weatstde WTP Place Seriler Expansion?wjscr STANDARD CONS TRUCT:0N SPECIFICATION DOCUMENTS City Praleat No.02052 Scpleaober 16,2020 0061 19• t MAINTENANCE BOND Bond No. 107239366 Rip 1 or3 i 1 SECTION 00 6119 2 MAINTENANCF-130ND 3 4 THE STATE OF TEXAS § � I 5 § KNOW ALL BY THESE PRESENTS: 6 COMM OF TARRANT 7 8 That we crescent Consiructors,Inc. .known as 9 "Principal"herein and Travelers Casualty&Surety co or Arrerim ,a corporate surety 10 (sureties,if more than one)duly authorized to do business in the State of Texas,known as 11 "Surety"heroin(whether one or more),are held and firmly bound unto the City of Fort Worth, a E 12 rannicipal corporation created porsuant to the laws of the State of Texas,known as"City"herein, 13 in the sum of Three Million Six Hundred N nety Seven Thousand or%d 001100011urs 14 ($3,097.00O3C0 , lawful money of the United States,to he paid in Fort Worth, 15 Tarrant County,Texas,for payment of which sum well and truly be made unto the City and its a 16 successors,we,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly i i 17 and severally,firmly by these presents. l i i8 ? l 19 WHERI+.AS,the Principal has entered into a certain written contract with the City awarded 20 the 3 day of I&QU- .242:1 .which Contract is hereby i 21 referred to and a made part hereof for all purposes as if hilly ser forth herein,to furnish ell 22 materials,equipment labor and other accessories as defined by law,in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order(Col Iactively herein, 24 the"Work')as provided for in said contract and designated as Westside Water Treatment 1>1ant 25 Plate Settler Expansion Project,City Proj cot No, 102052; and 26 27 WHEREAS,Principid binds itself to use Such materials and to so construct the Work in r 28 accordance with the plans,specifications and Contract Documents that the Work is and will � 29 remain free from defects in materials or workmanship for and during the period of two(2)yenta � 30 after the dale of Final Acceptance of the Work by the City("Maiatenance Period"),and 31 i i r 32 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part � 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. E� E CITY OF FORT WORTH Wesi21do WTP pixie Sehkr Expambn Prgjcet STANDARD CONSTRUCTION SPECIFICATION r)OCtJMFMTS City Project No.1{IZ+?52 � Revised July r,2011 i i 00 61 19.2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE,the condition of this obligation is such that if Principal shall 3 remedy any defective Work,for which timely notice was provided by City,to a completion 4 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in 5 full force and effect. 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond;and 11 12 PROVIDED FURTHER,that if any legal action be Bled on this Bond,venue shall lie in 13 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 14 Worth Division;and 15 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.102052 Revised July 1,2011 i ODbI f9.3 - MAINTP-LANCE BOND Yoge 3 of 3 i I 1 IN WMESS VVi RMF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officam on this the -3 day of 3 20 Z 4 5 PRINCIPAL: Crescertl Conslrudora,Inc. 7 i 8 i 9 8Y: j 10 lgna 11 ATZ T: 1 12 13 Davi0ekdwetl.Vloeresluent �f 14 (Principal)Secretary Usa Hill Name and Title 15 16 Address: 2660 Technology Drive,5ulle 400 f 17 Plano.TX 76074 11 18 � - I 19t, , )'� 20 Niftiness to F ncigal Douglas Wasik 21 SURETY: 22 Travelers Casualty and Surety 23 Comgetry of America 24 + 25 BY: w 26 g:n0 1M 27 ! 28 Jeffrey Todd McIntosh Attamey-In-Fora 24 ATTEST: Nome and Title ; 30 31 See Power of Attorney Address; One Tower Square 32 (Surety)Secretary Hartford, CT 06183 33 } 34 oa 35 Witness as to Surety C 6A nie Kregel Telephone Numbcr; 214•570.6DOD , 36 - -- 37 *Note: If signed by un officer of the Surety Cum pany, there must be on ftie a certified extrae# 38 from the by-laws showing that this person has authority to sign such obligation. If I 39 Surety's physical address is different from its mailing address,bath must he provided. I 40 The date oftho bond shall not be prior to the date the Contract is awarded. 41 I I CITY OF FORT WORTH Wcslsido WTP Plate Seiner Expamban Fmjeet STANDARDCONSTItUCr1ON SPECIFICATION 0OCUMENTS City pmjec1 No. 102052 Reviled Ally 1,2011 1 Travelers Casualty and Surety Company of America • Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America, Travelers Casually and Surety Company, and St. Paul Fire and Marine Insurance Company are mrporelions duly organized under the laws of the State of Conneclicul (herein Collectively caged the "Carnpaniea"J,and That the Companies do hereby make,constitute and appoint Jeffrey Todd Mcirtosh of Plano Tawas , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and $q bonds, recogniaances. Wditlonal undertakings and other writings obligatory In the nature thereof an behalf of the Camponlea in (heir business of guaranteeing the fidelity of persons, guaranteeing the performance of Contracts and executing or guaranleeing bands and undertakings required or permitted in any aclions or proceedings allowed by law. IN W17NESS WHEREOF,the Companies have cauW this instrument to be signed,and their corporate seals to be herelo affixed,this 3rd day of February, 2017, ���rrrp� drwrr■yG E G4MM, � � � ifr4 State of Connecticut BY: J City of Hanfofd 5s. Robert L.Raney,Se or Vice President On(his the 3rd day of February,2017,before me personally appeared Robert L. Raney,who acknowledged hlrnself to be the Senor Vice President of Travelers Casualty and Surety Company of Amenea, Travelers Casualty and Surety Company,and S1 Paul Fire and Marine Insurance Company,and that he,as such, heing aulhorized so t4 do,executed the foregoing instrument for the purposes therein Contalned by signing an behalf of lire corporatlorrs by Mmsell as a duly authorized offloer. In Witt*$%What'aof, I hereunio set my brand and official seal. 0 Try My Commission expires the 30thday of June, 2021 r{Y Qf1>`R. ft' �14Rd1L—t � ttip � Marie C_Ted tliiy Publlt This Power of Attorney is granted under and by the authority of the following resoluliorrs arlopied by the Poards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St_Paul Fire and Marfine Insurance Ccrnpany,which resolutions are now in full force and effect,read I fig as fo Iiows' RESOLVED,that the Chairman, (he President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any }ice Fresiderd, any Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fac(and Agents to act for and on behalf of tho Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal Mh the Company?,seal bands, reccgnizances,contracts of indemnity,and o(her vritings obligatory in the nature of a band,recognizance,or condilional Undertaking,and arty of said officers or the Board of Directors at anytime may remove arry such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Ex Wive Vloe President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers orerrrployees of this Company,provldect That each such delegation Is In writing and a copy thereof is fled in the office of the Secretary,and it is FURTHER RESOLVED,that any bond, recognizance,contract cf indemNly, of Wriling oblWtory in the nature of a bond, recognizance, ar conditional undertaking shall be valid and binding upon the Company when(a)signed ay the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed voith the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed(under seal, tf required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certlflcMes of authority or by one or more Company officers pursuant to a Ywitten delegation of authorlty;and it is FURTHER RESOLVED,that the signature pf each o(lhe following officers-PfesideM,any Executive Vioe President,any Senior Vice President,any Vice President,Sny Assistant Vice President,any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by f9CS16119 14 any Power of Attorney or to arty cenif-ate re lating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only ofexeculing and at testing bonds and undertakings and other will ings obligatory in the nature there of,and any such Power of Morn eyarcer#iiicalehearing Such facslmlle signature or facsimile seal shall be valid and binding upon the Company and any such pourer so executed and certified by such facsimile signahx'e and facsimile seal shall be valid and 4Indirlg on the Company in the future with respect to any bond or understanding to which It is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Traveters Casualty and Surety Company of Arr-leftca, Travelers Casualty and Surety Company, and 5t. Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and carfect Copy of the Power of Attorney executed by said Companies,which remains In full force and effect. Dated this ,3 day of V►iirlrr �F,IV A4a rR Z4:0NF& UAL 1 f�, ia1R01Nr1 Y Kevin F. Hughes,Assi tart Secretary Fa verifythe authenticity ofthr's Power afAttorfa ey,please call us otl-800-422 386. Please iw&r to the above-gamed Attorney-in-Facrt and the details of rite bond to which tiro p4+yar hV afGidmd TEXAS - INFORMATION OR COMPLAINTS NOTICE To obtain information or make a complaint: You may call Travelers tall-free telephone number for information or in make a complaint at: 1-800-328-2189 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance PC Box 149104 Austin, TX 78714-9104 rax(512)475-1771 Web: h_ttp:1Awm.tdi.texas.a E-mail CansumerProtection5tdi.texes.gov PREMIUM OR CLAIM DISPUTES: SheuId you have a dispute concerning your premium or about a claim you sh0uid contact your Agent or Travelers first. If the dispute is not resolved, you may contact the Texas Department of Insurance_ ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE — INFORMAC& O QUEJAS -TEXAS listed puede Ilamar al numero de telefono gratis de Travelers Para informa06ri o para someter una queja al; 1-800-328-2189 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de compan#as, coberturas, derechos o quejes al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas PO Box 149104 Austin, TX 78 71 4-91 04 Fax(512) 475-1771 Web: htt :11ww,tdi,texas. av E-mail: Con surnerProteeti n di,texas, ov DISPUTES SOBRE PRIMAS O RECLAMOS: Si tiene una disputa cancerniente a su prima o a un reclarno, debe comunicarse can e[Agente o Travelers primero. Si no se resuelve la disputa, puede entonces comunicarse can el departamento (TDI). UNA ESTE AVISO A SLI POLIZA: Este aviso es solo para proposito de Informaci$n y no se convierte en parts o condicion del documento adjunto. NTC-19023 Ed.05-13 Page 1 of 4 C 2013 The Travelers Indemnity Cnmpany AN rights reserved. 00 61 25-1 CERTIFICATE OF INSURANCE Page 1 of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 THIS PAGE INTENTIONALLY LEFT BLANK STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeUmary 2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................I 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent, Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents ................................................................................................................... 10 3.06 Electronic Data............................................................................................................................ I I Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article 5 —Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ................................................................................................... 16 5.02 Performance,Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance............................................................................................................. 16 5.04 Contractor's Insurance................................................................................................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace........................................................... 19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivauy2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..:*****........,..................**.......,........... .......*..........­­­­***­*......**"***......**...*34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work ..................................................................................................38 9.04 Rejecting Defective Worl. ..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuaty 2,2016 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Worl. ...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work; Allowances;Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 -Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments ......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination ........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febiuuy 2,2016 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times ................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page I of 63 ARTICLE 1 —DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award—Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder=The individual or entity who submits a Bid directly to City. 8. Bidding Doctunents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw—City's on-line, electronic document management and collaboration system. 12. Calendar Day—A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor Submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuary 2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Ser-vices — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation PLrblic Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer=The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item —An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans— See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeUmaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project--The Work to be performed under the Contract Documents. 53. Project Manager=The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivary2,2016 00 72 00-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivaty 2,2016 00 72 00-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: I. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 8 of63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstr•uction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuary2,2016 00 72 00-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivary2,2016 00 72 00-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivary 2,2016 00 72 00-1 GENERAL CONDITIONS Page 15 of63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemni) and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph. 4.06.G shall obligate Contractor to indemnify ally individztal or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivary2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febimy 2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property &Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Ivey Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided tmder the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy2,2016 00 72 00-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Connpernsation and Employers' Liabilio. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivaiy2,2016 007200-1 GENERAL CONDITIONS Page 19of63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option. to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within t0 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 00 72 00-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Horns without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Projeet Schedide A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 00 72 00-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivary2,2016 00 72 00-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless Cite and anyone directly or indirectly employed by them fi°om and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 00 72 00-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Coniplaints of Violations and 00) Deternfination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fidlest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting ftom CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-t GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Doctrnrents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febuary 2,2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-fotms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy 2,2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Conti-actor shall indernn.ify and hold harmless City,fr°orn and against all claims, costs, losses, and damages arising out of or relating to any claimn or- action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivaiy2,2016 007200-1 GENERAL CONDITIONS Page 31 of63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review.- 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 33 of 63 2, normal wear and tear under narmal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Seiihices A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimfination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeUmaiy 2,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay Wien Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here>. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuary2,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and AcceptabilioJ of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall firnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivary2,2016 00 72 00-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the parry making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in whiting: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febuary2,2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor involve the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.013, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed fitll time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 00 72 00-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. £ The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuaiy 2,2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of there or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documerttatior2: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuary2,2016 00 72 00-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if. 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly fiom the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or- Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmuy2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plafzs Quantio3 Measw-emefzt A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuaiy2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0I.A.4 and 11.0I.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuary2,2016 00 72 00-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.8; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuaiy2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: I. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaty 2,2016 007200-1 GENERAL CONDITIONS Page51 of63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaty2,2016 00 72 00-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: I. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuaiy2,2016 00 72 00-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City fiom loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuuy 2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 00 72 00-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately fiinctioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivaiy 2,2016 007200-1 GENERAL CONDITIONS Page 57 of63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaty 2,2016 00 72 00-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febimy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy2,2016 00 72 00-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivaiy 2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeUmary 2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoice any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving parry. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivary 2,2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 8 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 11 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions,unless specifically noted herein. 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. 23 24 SC-1.01 "Defined Terms" 25 26 Add Definition: 27 A. BIM360-City's on-line,electronic document management and collaborationsystem. 28 B. Consultant—CDM Smith Inc., 801 Cherry Street, Unit#33, Suite 1820,Fort Worth,Texas 29 76102 30 C. Substantial Completion—The date at which the Work(or a specified part thereof)has 31 progressed to the point where,in the opinion of the City,the Work(or a specified part thereof) 32 is sufficiently complete,in accordance with the Agreement and all Contract Documents,so that 33 the Work or a specified part thereof)can be utilized for the purposes for which it is intended, 34 final Operation&Maintenance Manuals have been approved,Equipment Testing and Startup 35 has been completed, Operation&Maintenance Staff training has been completed,and field 36 performance testing has been completed and approved. The terms"substantially complete"and 37 "substantially ompleted"as applied to all or part of the Work refer to Substantial Completion 38 thereof. 39 40 SC-3.03B.2,"Resolving Discrepancies" 41 42 Plans govern over Specifications and Specifications shall govern over standard details. 43 44 SC-4.01A 45 46 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 47 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 48 Contract Drawings. 49 50 SC-4.01A.L,"Availability of Lands" 51 CITY OF FORT WORTH STANDARD CONSTRUCTION Westside WTP Plate Settler Expansion Project SPECIFICATION DOCUMENTS—WATER FACILITY PROJECTS City Project No. 102052 Revised August 15,2017 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 8 1 The following is a list of laiown outstanding right-of-way,and/or easements to be acquired, if any as of: 2 3 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE 4 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 5 and do not bind the City. 6 7 If Contractor considers the final easements provided to differ materially from the representations on the 8 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 9 notify City in writing associated with the differing easement line locations. 10 11 SC-4.01A.2,"Availability of Lands" 12 13 Utilities or obstructions to be removed,adjusted,and/or relocated 14 15 The following is list of utilities and/or obstructions that have not been removed, adjusted,and/or relocated 16 as of: 17 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 18 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 19 and do not bind the City. 20 21 SC-4.02A.,"Subsurface and Physical Conditions" 22 23 The following are reports of explorations and tests of subsurface conditions at the site of the Work 24 25 NONE 26 27 SC-4.06A.,"Hazardous Environmental Conditions at Site" 28 29 On the first sentence of the paragraph,add the following words after the word"City": "and its Consultant". 30 31 SC-5.03A.,"Certificates of Insurance" 32 33 The entities listed below are"additional insureds as their interest may appear" including their respective 34 officers,directors,agents and employees. 35 36 (1) City 37 (2) Consultant: CDM Smith Inc. 38 (3) Other: 39 40 SC-5.04A.,"Contractor's Insurance" CITY OF FORT WORTH STANDARD CONSTRUCTION Westside WTP Plate Settler Expansion Project SPECIFICATION DOCUMENTS—WATER FACILITY PROJECTS City Project No. 102052 Revised August 15,2017 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 8 1 2 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 3 coverages for not less than the following amounts or greater where required by laws and regulations: 4 5 5.04A. Workers'Compensation,under Paragraph GC-5.04A. 6 7 Statutory limits 8 Employer's liability 9 $100,000 each accident/occurrence 10 $100,000 Disease-each employee 11 $500,000 Disease-policy limit 12 13 SC-5.04B.,"Contractor's Insurance" 14 15 5.04B. Commercial General Liability,under Paragraph GC-5.04B. Contractor's Liability Insurance 16 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 17 minimum limits of: 18 19 $1,000,000 each occurrence 20 $2,000,000 aggregate limit 21 22 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 23 General Aggregate Limits apply separately to each job site. 24 25 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 26 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 27 28 SC 5.04C.,"Contractor's Insurance" 29 5.04C. Automobile Liability,under Paragraph GC-5.04C. Contractor's Liability Insurance under 30 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 31 32 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 33 defined as autos owned,hired and non-owned. 34 35 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 36 least: 37 38 $250,000 Bodily Injury per person/ 39 $500,000 Bodily Injury per accident/ 40 $100,000 Property Damage 41 42 SC-5.04D.,"Contractor's Insurance" 43 44 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 45 material deliveries to cross railroad properties and tracks: 46 47 None 48 CITY OF FORT WORTH STANDARD CONSTRUCTION Westside WTP Plate Settler Expansion Project SPECIFICATION DOCUMENTS—WATER FACILITY PROJECTS City Project No. 102052 Revised August 15,2017 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 8 1 , 2 hindeF,of ebstFuet the f-ailvead eaffipany in aRy manner-whatsoever in the use or-operation of its/their tF- 3 "Righ 4 Enky AgFeement"with tke pawtiemilm-railroad eempatly or- Wed,and to this end the 5 6 7 8 Pteporties. 9 10 11 eaver-age for-not less than the following affieunts,issued by eampanies sati4aetor-y to the Gity and to the 12 , 13 oeetipy,of t, ek railroad pr-opert.- 14 15 16 17 (2)Eaeh 9eeut+eneei e_, {;,.,,., imitsi,,;trS11, Raillwad 18 19 _ 20 21 22 23 1. Where a single Failread e lved, the Gent+aetaF shall pr-ovide ane iiisufanee pokey in 24 the name of 4he railroad mpany. 14oweveF, if more than one grade sepaFatiwi E)r- at gFad-e 25 erossing is affeeted by the PFejeet at entiFely separate laeatia-as an the kne or- lines of the same 26 . 27 28 -2. WheFe maFe than one Faikead eompany is aper-atiog on the same fight of way or wheFe Several 29 , the Gontfaete 30 31 32 3. if-, in additian to a grade sepat-ation or-an at grade er-assing,athet:wer-k or-aetivity is proposed an a 33 railroad eempany's 34 grade et-essin-, ver-age for-this war-k must be inehided in the peliey eokwing tke grade 35 36 37eampany's Fight of 38 way, all sueh othet:weFIE may be eover-ed in a single paliey for-that r-ai!Foad, even though the war4E 40 41 42 43 for eaeli raikead eompany named, ` beginning 45 46 The insuranee speeified above must be ean-ied until all War-k to be per-fet:med an the railroad fight of way 47 , 48 instir-anee must be earried Eluring all maintenanee and/or i-epaiF weFlE performed in the t:ailrOad+:ight of way. 49 Stieh insufanee nitist name the railroad eempany as the insured,tagegier with any tenant or-lessee of the 50 mire. eampany rating avet-t..,eke involved in File Pr ee 51 52 SC-6.04.,"Project Schedule" 53 54 Project schedule shall be tier 3 for the project. 55 CITY OF FORT WORTH STANDARD CONSTRUCTION Westside WTP Plate Settler Expansion Project SPECIFICATION DOCUMENTS—WATER FACILITY PROJECTS City Project No. 102052 Revised August 15,2017 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 8 1 SC-6.07.,"Wage Rates" 2 3 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 4 Appendixes: 5 6 2013 Prevailing Wage Rates(Heavy and Highway Construction Projects) 7 2013 Prevailing Wage Rates(Commercial Construction Projects) 8 9 SC-6.08B., "Patent Fees and Royalties" 10 11 On the first sentence of the paragraph,add the following words after the word"City"; "and it's 12 Consultant". 13 14 SC-6.09.,"Permits and Utilities" 15 16 SC-6.09A.,"Contractor obtained permits and licenses" 17 The following are lcrrown permits and/or licenses required by the Contract to be acquired by the Contractor: 18 19 1. Contractor shall provide Engineer with Storm Water Pollution Prevention Plan if required as part 20 of Building Permit approval. 21 22 SC-6.09B."City obtained permits and licenses" 23 The following are known permits and/or licenses required by the Contract to be acquired by the City: 24 25 None 26 27 SC-6.09C."Outstanding permits and licenses" 28 29 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of May 29, 30 2020: 31 32 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 33 34 35 SC-6.12A.4.,"Limitation on Use of Site and Other Areas" 36 37 On the first sentence of the paragraph,add the following words after the word"City";"and its Consultant". 38 39 SC-6.21A.,"Indemnification" 40 41 On the first sentence of the paragraph,add the following words after the word"employees";"and its 42 Consultant". 43 44 SC-6.21B.,"Indemnification" 45 46 On the first sentence of the paragraph, add the following words after the word"employees";"and its 47 Consultant". 48 49 SC-6.24B.,"Title VI,Civil Rights Act of 1964 as amended" 50 CITY OF FORT WORTH STANDARD CONSTRUCTION Westside WTP Plate Settler Expansion Project SPECIFICATION DOCUMENTS—WATER FACILITY PROJECTS City Project No. 102052 Revised August 15,2017 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 8 1 Dining the performance of this Contract,the Contractor,for itself,its assignees and successors in interest 2 (hereinafter referred to as the"Contractor")agrees as follows: 3 4 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 5 nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, 6 "DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 7 (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part 8 of this contract. 9 10 2. Nondiscrimination: The Contractor,with regard to the work performed by it during the contract,shall 11 not discriminate on the grounds of race,color,or national origin,in the selection and retention of 12 subcontractors,including procurements of materials and leases of equipment. The Contractor shall not 13 participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the 14 Regulations, including employment practices when the contract covers a program set forth in 15 Appendix B of the Regulations. 16 17 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment: In all 18 solicitations either by competitive bidding or negotiation made by the contractor for work to be 19 performed under a subcontract,including procurements of materials or leases of equipment,each 20 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 21 under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or 22 national origin. 23 24 4. Information and Reports: The Contractor shall provide all information and reports required by the 25 Regulations or directives issued pursuant thereto,and shall permit access to its books,records, 26 accounts,other sources of information and its facilities as may be determined by City or the Texas 27 Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders 28 and instructions. Where any information required of a contractor is in the exclusive possession of 29 another who fails or refuses to furnish this information the contractor shall so certify to the City,or the 30 Texas Department of Transportation,as appropriate, and shall set forth what efforts it has made to 31 obtain the information. 32 33 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 34 nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the 35 Texas Department of Transportation may determine to be appropriate, including,but not limited to: 36 37 a, withholding of payments to the Contractor under the Contract until the Contractor 38 complies,and/or 39 b. cancellation, termination or suspension of the Contract, in whole or in part. 40 41 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs(1)through 42 (6)in every subcontract,including procurements of materials and leases of equipment,unless exempt 43 by the Regulations,or directives issued pursuant thereto.The Contractor shall take such action with 44 respect to any subcontract or procurement as City or the Texas Department of Transportation may 45 direct as a means of enforcing such provisions including sanctions for non-compliance:Provided, 46 however,that,in the event a contractor becomes involved in,or is threatened with,litigation with a 47 subcontractor or supplier as a result of such direction,the contractor may request City to enter into 48 such litigation to protect the interests of City,and,in addition,the contractor may request the United 49 States to enter into such litigation to protect the interests of the United States. 50 51 Additional Title VI requirements can be found in the Appendix. 52 53 SC-7.02.,"Coordination" 54 CITY OF FORT WORTH STANDARD CONSTRUCTION Westside WTP Plate Settler Expansion Project SPECIFICATION DOCUMENTS—WATER FACILITY PROJECTS City Project No. 102052 Revised August 15,2017 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 8 1 The individuals or entities listed below have contracts with the City for the performance of other work at 2 the Site: 3 Vendor Scope of Work Coordination Authority None 4 5 6 SC-8.01,"Communications to Contractor" 7 8 None 9 10 SC-9.01.,"City's Project Manager" 11 12 The City's Project Manager for this Contract is Scott Taylor,P.E. or his/her successor pursuant to written 13 notification from the Director of Water Department. 14 15 SC-9.01.,"City's Project Representative" 16 17 The following firm is a Consultant to the City responsible for the construction management of this Project: 18 19 CDM Smith Inc. 20 801 Cherry Street,Unit#33,Suite 1820 21 Fort Worth,Texas 76102 22 23 SC-13.03C.,"Tests and Inspections" 24 25 None 26 27 SC-14.10,"Substantial Completion" 28 29 Add the following Section as follows: 30 31 14.10 Substantial Completion 32 D. The Project shall be considered substantially complete after final Operation&Maintenance 33 Manuals have been approved,Equipment Testing and Startup has been completed,Operation& 34 Maintenance Staff training has been completed,and field performance testing has been 35 completed and approved. 36 E. When Contractor considers the entire Work sufficiently complete,in accordance with the 37 Contract Documents and this Agreement,such that the City may implement or use the Work for 38 its intended purpose,Contractor shall notify the City in writing that the entire Work is 39 substantially complete and request that the City issue a letter of Substantial Completion. 40 Contractor shall at the same time submit to the City an initial draft punch list to be completed or 41 corrected before final acceptance. 42 F. Promptly after Contractor's notification, City and Contractor shall make an inspection of the 43 Work to determine the status of completion. If City does not consider the Work substantially 44 complete, City will notify Contractor in writing giving the reasons therefore. 45 G. If City considers the Work substantially complete,City will deliver to Contractor a letter of 46 Substantial Completion which shall fix the date of Substantial Completion. There shall be 47 attached to the Letter of Substantial Completion a list of items to be completed or corrected 48 before Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION Westside WTP Plate Settler Expansion Project SPECIFICATION DOCUMENTS—WATER FACILITY PROJECTS City Project No. 102052 Revised August 15,2017 007300-8 SUPPLEMENTARY CONDITIONS Page 8 of 8 1 H. At the time of receipt of the letter of Substantial Completion,City and Contractor will confer 2 regarding City's use or occupancy of the Work following Substantial Completion. All surety 3 and insurance shall remain in effect until Final Pam 4 I. After Substantial Completion,the Contractor shall promptly begin work on the punch list of 5 items to be completed or corrected prior to Final Acceptance. In appropriate cases,Contractor 6 may submit monthly pplications for Payment for completed punch list items,following the 7 progress payment ient procedures set forth herein. 8 9 10 SC-16.01C.1,"Methods and Procedures" 11 12 None 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. 8/15/2017 F. Goderya Added SC-1.01.,and 14.10., "Substantial Completion" CITY OF FORT WORTH STANDARD CONSTRUCTION Westside WTP Plate Settler Expansion Project SPECIFICATION DOCUMENTS—WATER FACILITY PROJECTS City Project No. 102052 Revised August 15,2017 01 11 00-1 SUMMARY OF WORK Page 1 of 5 1 SECTION 01 1100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1 9 2. Added 1.2.A.2 10 3. Added 1.4.A.2 through 1.4.A.7. 11 4. Modified 1.4.13.1 12 5. Added 1.4.13.2 13 6. Added 1.4.C, 1.4.D.2 through 1.4.13.4 14 7. Added 1.4.E.1 15 8. Deleted 1.4.E.3.c 16 9. Deleted 1.4.17 17 10. Added 1.4.G and 1.4.H 18 11. Added 1.5 19 C. Related Specification Sections include,but are not necessarily limited to: 20 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 21 2. Division 1 -General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 Work associated with this Item is included in the total lump sum price. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Work Covered by Contract Documents 28 1. Work is to include furnishing all labor, materials, and equipment, and performing all 29 Work necessary for this construction project as detailed in the Drawings and 30 Specifications. 31 2. The work of this Contract is located at the City of Fort Worth's Westside Water 32 Treatment Plan 12200 Old Weatherford Road Fort Worth Texas 76008. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 11 00-2 SUMMARY OF WORK Page 2 of 5 1 3. This Section describes the project in general and provides an overview of the extent of 2 the work to be performed. Detailed requirements and extent of work is stated in the 3 applicable Specification Sections and shown on the Drawings. The Contractor shall, 4 except as otherwise specifically stated herein in any applicable parts of these Contract 5 Documents,provide and pay for all labor,materials, equipment, tools,construction 6 equipment, and other facilities and services necessary for proper execution,start-up 7 and testing, and completion of the work. 8 4. Any part or item of the work which is reasonablyplied or normally required to 9 make each installation satisfactorily and completely operable locally shall be 10 performed by the Contractor and the expense thereof shall be included in the 11 applicable unit prices or lump sum prices bid for the various items of work. It is the 12 intent of these Specifications to provide the Owner with complete operable systems, 13 subsystems, and other items of work. All miscellaneous appurtenances and other items 14 or work that are incidental to meeting the intent of these Specifications shall be 15 considered as having been included even though these appurtenances and items may 16 not be specifically called for in the Specifications. 17 5. The Work shall include all site civil, , structural,process mechanical, electrical, 18 instrumentation and SCADA integration, and all other work required for a complete 19 and operable project. 20 6. The Work includes,but is not necessarily limited to, the following_ 21 a. Installation of additional plate settlers to the three existing sedimentation 22 basins, including support beams. 23 b. Installation of new filter underdrains, support gravel, anthracite media, 24 backwash troughs, associated piping, valves and appurtenances, and 25 instruments, and other facilities necessary for putting Filter No. 5 into 26 operation. 27 c. Installation of one additional membrane feed pump, including associated piping 28 valves and appurtenances 29 d. Replacement of existing raw water meter and flow control valve located in the 30 Raw Water Meter Vault with a new raw water flow meter and flow control 31 valve. 32 e. Modifications to the treated water sample station and extension of the sample 33 line. 34 f. Electrical and instrumentation improvements 35 B. Subsidiary Work 36 1. Lump Sum Price—Any and all Work specifically governed by documentary 37 requirements for the project, such as conditions imposed by the Drawings or Contract 38 Documents are included in the total lump sum price bid. 39 C. Examination of the Site 40 1. Visit the site, to compare drawings and specifications with any work in place, and 41 observe all site conditions, including other work, if any, is being performed. Failure 42 to visit the site shall not relieve the Contractor from the necessity of furnishing 43 materials or performing work required to complete work in accordance with the 44 Contract Documents. 45 D. Use of Premises 46 1. Coordinate uses of premises under direction of the City. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 1100-3 SUMMARY OF WORK Page 3 of 5 1 2. Limits on Use of Site: Limit use of Project site to areas within Contract limits 2 indicated. Do not disturb portions of Project site beyond areas in which the Work is 3 indicated. 4 a. Limits on Use of Site: Confine construction operations to area north of the 5 treatment structure identified as Contractor Laydown Area; locations within the 6 building in the areas where filter piping and membrane feed pumps are being 7 installed raw water meter vault area sedimentation basin and Filter No. 5 area 8 south of clearwell storage tank where sample line will be installed. 9 b. Driveways,Walkways, and Entrances: Keep driveways, loading areas, and 10 entrances services premises clear and available to Owner, Owner's employees, 11 and emergency vehicles at all times. Do not use these areas for parkin or rfor 12 storage of materials. 13 1) Schedule deliveries to minimize use of driveways and entrances by 14 construction operations. 15 2) Schedule deliveries to minimize space and time requirements for storage of 16 materials and equipment on-site. 17 3. Condition of Existing Building: Maintain portions of existing building affected by 18 construction operations in weathertight condition throughout construction period. 19 Repair damage caused by construction operations. 20 E. Coordination with Occupants 21 1. Full Owner Occupancy: Owner-will occupy Project site and existing adjacent 22 building(s) during entire construction period. Cooperate with Owner during 23 construction operations to minimize conflicts and facilitate Owner usage. Perform 24 the Work so as not to interfere with Owner's day-to-day operations. Maintain 25 existing exits unless otherwise indicated. 26 a. Maintain access to existing-walkways, corridors, and other adjacent occupied or 27 used facilities. Do not close or obstruct walkways, corridors, or other occupied 28 or used facilities without written permission from Owner. 29 b. Notify Owner not less than 72 hours in advance of activities that will affect 30 Owner's operations. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. 39 b. Excavated and waste materials shall be stored in such a way as not to interfere 40 with the use of spaces that may be designated to be left free and unobstructed 41 and so as not to inconvenience occupants of adjacent property. 42 , the Work shall be earfied 014 in si 44 1) All Wet:k shall be in aeeofdanee with r-ailfead r-equir-ements set f0fth in. 45 Division n as well as the,.,,;t.-ea p ,,;, 46 F. Wer4E within Easements 47 48 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 11 00-4 SUMMARY OF WORK Page 4 of 5 1 2. Do not store equipment or mateFial an pi-ivate pi:eper-ty unless and tintil the 2 speeified appr-Erval of the property owner has been seetir-ed in writing by the 4 3. Unless speeiffeally pfevided otherwise, elear all rights of way of easements o 5 7 , 8 lawns, fenees, eulvefts, e4bing, , 9 to all water-, sewer, and gas lines, to all eenduits, evefhead pole lineS, E) 10 11 . 12 5. Notify the pi:oper-fepr-esen4atives of the owners of aeettpants of the publie of:pfivate- 13 lads f interest i lands whieh might be a ff,etoa by the u o fl 14 a. Stieh notiee shall be made at least 49 hotifs ' A(JVA4qA.P. Aft. 15 We& 16 17 "tindividual, of athef, :the 18 land, ifttefest: land might be a ff"t"a by the tx e fl 19 20 , or miseenduet in the thod of 22 23 6.Fene-e 24 25 . 26 27 iiet in pregfess and when the site is vaeated evemight,and/or-at all times t-o 28 pFovide site seeurity. 29 , tempofafy 30 , shall be stibsidiar-y to the various items bid ill the- 31 . 32 G. Partial Owner Occupancy 33 1. The City reserves the right to take possession and use ancompleted or partially 34 completed portion of the Work regardless of the time of completion of the Work, 35 providing it does not interfere with the Contractor's work. Such possession or use 36 of the Work shall not be construed as final acceptance of the project or any portion 37 thereof. 38 1.5 SPECIFICATION AND DRAWING CONVENTIONS 39 A. Specification Content: The Specifications use certain conventions for the style of 40 language and the intended meaning of certain terms, words, and phrases when used in 41 particular situations. These conventions are as follows: 42 1. Imperative mood and streamlined language are generally used in the Specifications. 43 The words "shall," "shall be," or "shall comply with," depending on the context, are 44 implied where a colon() is used within a sentence or phrase. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 011100-5 SUMMARY OF WORK Page 5 of 5 1 2. Text Color: Text used in the Specifications, including units of measure, 2 manufacturer and product names, and other text may appear in multiple colors or 3 underlined as part of a hyperlink;no emphasis is implied by text with these 4 characteristics. 5 3. Hypertext: Text used in the Specifications may contain hyperlinks. Hyperlinks may 6 allow for access to linked information that is not residing in the Specifications. 7 Unless otherwise indicated, linked information is not part of the Contract 8 Documents. 9 4. Specification requirements are to be performed by Contractor unless specifically 10 stated otherwise. 11 B. Division 00 Contracting Requirements: General provisions of the Contract, including 12 General and Supplementary Conditions, apply to all Sections of the Specifications. 13 C. Division 01 General Requirements: Requirements of Sections in Division 01 apply to 14 the Work of all Sections in the Specifications. 15 D. Drawing Coordination: Requirements for materials and products identified on 16 Drawings are described in detail in the Specifications. One or more of the following are 17 used on Drawings to identify materials and products: 18 1. Terminology: Materials and products are identified by the typical generic terms 19 used in the individual Specifications Sections. 20 2. Abbreviations: Materials and products are identified by abbreviations scheduled on 21 Drawings and published as part of the U.S. National CAD Standard. 22 3. Keynoting: Materials and products are identified by reference keynotes referencing 23 Specification Section numbers found in this Project Manual. 24 1.6 SUBMITTALS [NOT USED] 25 1.7 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.8 CLOSEOUT SUBMITTALS [NOT USED] 27 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.10 QUALITY ASSURANCE [NOT USED] 29 1.11 DELIVERY, STORAGE,AND HANDLING [NOT USED] 30 1.12 FIELD [SITE] CONDITIONS [NOT USED] 31 1.13 WARRANTY [NOT USED] 32 PART 2- PRODUCTS [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 END OF SECTION 35 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 THIS PAGE INTENTIONALLY LEFT BLANK 01 25 00-1 SUBSTITUTION PROCEDURES Pagel of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. Modified 1.2A.1 16 2. Added 1.2A.2 17 C. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Unit Price-Work associated with this Item is considered subsidiary to the various 23 items bid. No separate payment will be allowed for this Item. 24 2. Lump Sum Price-Work associated with this Item is included in the total lump 25 sum price. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Request for Substitution-General 29 1. Within 30 days after award of Contract(unless noted otherwise), the City will 30 consider formal requests from Contractor for substitution of products in place of 31 those specified. 32 2. Certain types of equipment and kinds of material are described in Specifications by 33 means of references to names of manufacturers and vendors,trade names, or 34 catalog numbers. 35 a. When this method of specifying is used,it is not intended to exclude from 36 consideration other products bearing other manufacturer's or vendor's names, 37 trade names,or catalog numbers,provided said products are "or-equals," as 38 determined by City. 39 3. Other types of equipment and kinds of material may be acceptable substitutions 40 under the following conditions: CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 012500-2 SUBSTITUTION PROCEDURES Page 2 of 1 a. Or-equals are unavailable due to strike, discontinued production of products 2 meeting specified requirements,or other factors beyond control of Contractor; 3 or, 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 5 1.5 SUBMITTALS 6 A. See Request for Substitution Form(attached) 7 B. Procedure for Requesting Substitution 8 1. Substitution shall be considered only: 9 a. After award of Contract 10 b. Under the conditions stated herein 11 2. Submit 3 copies of each written request for substitution, including: 12 a. Documentation 13 1) Complete data substantiating compliance of proposed substitution with 14 Contract Documents 15 2) Data relating to changes in construction schedule,when a reduction is 16 proposed 17 3) Data relating to changes in cost 18 b. For products 19 1) Product identification 20 a) Manufacturer's name 21 b) Telephone number and representative contact name 22 c) Specification Section or Drawing reference of originally specified 23 product, including discrete name or tag number assigned to original 24 product in the Contract Documents 25 2) Manufacturer's literature clearly marked to show compliance of proposed 26 product with Contract Documents 27 3) Itemized comparison of original and proposed product addressing product 28 characteristics including,but not necessarily limited to: 29 a) Size 30 b) Composition or materials of construction 31 c) Weight 32 d) Electrical or mechanical requirements 33 4) Product experience 34 a) Location of past projects utilizing product 35 b) Name and telephone number of persons associated with referenced 36 projects knowledgeable concerning proposed product 37 c) Available field data and reports associated with proposed product 38 5) Samples 39 a) Provide at request of City. 40 b) Samples become the property of the City. 41 c. For construction methods: 42 1) Detailed description of proposed method 43 2) Illustration drawings 44 C. Approval or Rejection 45 1. Written approval or rejection of substitution given by the City 46 2. City reserves the right to require proposed product to comply with color and pattern 47 of specified product if necessary to secure design intent. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 25 00-3 SUBSTITUTION PROCEDURES Page 3 of 1 3. In the event the substitution is approved,the resulting cost and/or time reduction 2 will be documented by Change Order in accordance with the General Conditions, 3 4. No additional contract time will be given for substitution. 4 5. Substitution will be rejected if- 5 a. Submittal is not through the Contractor with his stamp of approval 6 b. Request is not made in accordance with this Specification Section 7 c. In the City's opinion, acceptance will require substantial revision of the original 8 design 9 d. In the City's opinion, substitution will not perform adequately the function 10 consistent with the design intent 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE 15 A. In making request for substitution or in using an approved product,the Contractor 16 represents that the Contractor: 17 1. Has investigated proposed product, and has determined that it is adequate or 18 superior in all respects to that specified, and that it will perform function for which 19 it is intended 20 2. Will provide same guarantee for substitute item as for product specified 21 3. Will coordinate installation of accepted substitution into Work, to include building 22 modifications if necessary,making such changes as may be required for Work to be 23 complete in all respects 24 4. Waives all claims for additional costs related to substitution which subsequently 25 arise 26 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2- PRODUCTS [NOT USED] 30 PART 3 - EXECUTION [NOT USED] 31 END OF SECTION 32 Revision Log DATE NAME SUMMARY OF CHANGE 33 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 25 00-4 SUBSTITUTION PROCEDURES Page 4 of 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended 38 as noted 39 40 Firm Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 31 19-1 PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2A.1 10 2. Added 1.2A.2 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Unit Price-Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item. 18 2. Lump Sum Price-Work associated with this Item is included in the total lump 19 sum price. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Attend preconstruction meeting. 24 2. Representatives of Contractor, subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each represents. 26 3. Meeting administered by City may be tape recorded. 27 a. If recorded, tapes will be used to prepare minutes and retained by City for 28 future reference. 29 B. Preconstruction Meeting 30 1. A preconstruction meeting will be held within 14 days after the execution of the 31 Agreement and before Work is started. 32 a. The meeting will be scheduled and administered by the City. 33 2. The Project Representative will preside at the meeting,prepare the notes of the 34 meeting and distribute copies of same to all participants who so request by fully 35 completing the attendance form to be circulated at the beginning of the meeting. 36 3. Attendance shall include: 37 a. Project Representative 38 b. Contractor's project manager CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 c. Contractors superintendent 2 d. Any subcontractor or supplier representatives whom the Contractor may desire 3 to invite or the City may request 4 c. Other City representatives 5 f. Others as appropriate 6 4. Construction Schedule 7 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 8 provide at Preconstruction Meeting. 9 b. City will notify Contractor of any schedule changes upon Notice of 10 Preconstruction Meeting. 11 5. Preliminary Agenda may include: 12 a. Introduction of Project Personnel 13 b. General Description of Project 14 c. Status of right-of-way,utility clearances,easements or other pertinent permits 15 d. Contractor's work plan and schedule 16 e. Contract Time 17 f. Notice to Proceed 18 g. Construction Staking 19 h. Progress Payments 20 i. Extra Work and Change Order Procedures 21 j. Field Orders 22 k. Disposal Site Letter for Waste Material 23 1. Insurance Renewals 24 in. Payroll Certification 25 n. Material Certifications and Quality Control Testing 26 o. Public Safety and Convenience 27 p. Documentation of Pre-Construction Conditions 28 q. Weekend Work Notification 29 r. Legal Holidays 30 s. Trench Safety Plans 31 t. Confined Space Entry Standards 32 u. Coordination with the City's representative for operations of existing water 33 systems 34 v. Storm Water Pollution Prevention Plan 35 w. Coordination with other Contractors 36 x. Early Warning System 37 y. Contractor Evaluation 38 z. Special Conditions applicable to the project 39 aa. Damages Claims 40 bb. Submittal Procedures 41 cc. Substitution Procedures 42 dd. Correspondence Routing 43 ee. Record Drawings 44 ff. Temporary construction facilities 45 gg. M/WBE or MBE/SBE procedures 46 hh. Final Acceptance 47 ii. Final Payment 48 J. Questions or Comments CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 THIS PAGE INTENTIONALLY LEFT BLANK 01 31 20-1 PROJECT MEETINGS Pagel of 4 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Provisions for project meetings throughout the construction period to enable orderly 8 review of the progress of the Work and to provide for systematic discussion of 9 potential problems 10 B. Deviations this City of Fort Worth Standard Specification 11 1. Modified 1.2A.1 12 2. Added 1.2A.2 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Unit Price-Work associated with this Item is considered subsidiary to the various 19 items bid. No separate payment will be allowed for this Item. 20 2. Lump Sum Price-Work associated with this Item is included in the total lump 21 sum price. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Schedule, attend and administer as specified,periodic progress meetings, and 26 specially called meetings throughout progress of the Work. 27 2. Representatives of Contractor, subcontractors and suppliers attending meetings 28 shall be qualified and authorized to act on behalf of the entity each represents. 29 3. Meetings administered by City may be tape recorded. 30 a. If recorded,tapes will be used to prepare minutes and retained by City for 31 future reference. 32 4. Meetings, in addition to those specified in this Section, may be held when requested 33 by the City, Engineer or Contractor. 34 B. Pre-Construction Neighborhood Meeting 35 1. After the execution of the Agreement, but before construction is allowed to begin, 36 attend 1 Public Meeting with affected residents to: 37 a. Present projected schedule,including construction start date 38 b. Answer any construction related questions CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 31 20-2 PROJECT MEETINGS Page 2 of 1 2. Meeting Location 2 a. Location of meeting to be determined by the City. 3 3. Attendees 4 a. Contractor 5 b. Project Representative 6 c. Other City representatives 7 4. Meeting Schedule 8 a. In general, the neighborhood meeting will occur within the 2 weeks following 9 the pre-construction conference. 10 b. In no case will constriction be allowed to begin until this meeting is held. 11 C. Progress Meetings 12 1. Formal project coordination meetings will be held periodically. Meetings will be 13 scheduled and administered by Project Representative. 14 2. Additional progress meetings to discuss specific topics will be conducted on an as- 15 needed basis. Such additional meetings shall include,but not be limited to: 16 a. Coordinating shutdowns 17 b. Installation of piping and equipment 18 c. Coordination between other construction projects 19 d. Resolution of construction issues 20 e. Equipment approval 21 3. The Project Representative will preside at progress meetings, prepare the notes of 22 the meeting and distribute copies of the same to all participants who so request by 23 fully completing the attendance form to be circulated at the beginning of each 24 meeting. 25 4. Attendance shall include: 26 a. Contractor's project manager 27 b. Contractor's superintendent 28 c. Any subcontractor or supplier representatives whom the Contractor may desire 29 to invite or the City may request 30 d. Engineer's representatives 31 e. City's representatives 32 f. Others, as requested by the Project Representative 33 5. Preliminary Agenda may include: 34 a. Review of Work progress since previous meeting 35 b. Field observations,problems, conflicts 36 c. Items which impede constriction schedule 37 d. Review of off-site fabrication, delivery schedules 38 e. Review of construction interfacing and sequencing requirements with other 39 construction contracts 40 f. Corrective measures and procedures to regain projected schedule 41 g. Revisions to construction schedule 42 h. Progress, schedule, during succeeding Work period 43 i. Coordination of schedules 44 j. Review submittal schedules 45 k. Maintenance of quality standards 46 1. Pending changes and substitutions 47 m. Review proposed changes for: 48 1) Effect on construction schedule and on completion date CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 013120-3 PROJECT MEETINGS Page 3 of 1 2) Effect on other contracts of the Project 2 n. Review Record Documents 3 o. Review monthly pay request 4 p. Review status of Requests for Information 5 6. Meeting Schedule 6 a. Progress meetings will be held periodically as determined by the Project 7 Representative. 8 1) Additional meetings may be held at the request of the: 9 a) City 10 b) Engineer 11 c) Contractor 12 7. Meeting Location 13 a. The City will establish a meeting location. 14 1) To the extent practicable,meetings will be held at the Site. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS [NOT USED] 24 PART 3 - EXECUTION [NOT USED] 25 END OF SECTION 26 Revision Log DATE NAME SUMMARY OF CHANGE 27 28 29 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 013120-4 PROJECT MEETINGS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 013213-1 SCHEDULE OF VALUES Page I of 2 1 SECTION 0132 13 2 SCHEDULE OF VALUES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and 7 management of the Schedule of Values 8 B. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 —General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is included in the total lump sum price. 14 1.3 REFERENCES [NOT USED] 15 1.4 ADMINISTRATIVE REQUIREMENTS 16 A. Schedule of Values 17 1. General 18 a. Prepare a schedule of values in conjunction with the preparation of the progress 19 schedule. 20 1) Coordinate preparation of schedule of values and progress schedule. 21 b. Correlate line items with other administrative schedules and the forms required 22 for the work,including the progress schedule,payment request form, listing of 23 subcontractors, schedule of allowances, schedule of alternatives, listing of 24 products and principal suppliers and fabricators, and the schedule of submittals. 25 c. Provide breakdown of the Contract Sum in accordance with measurement and 26 payment sections and with sufficient detail to facilitate continued evaluation of 27 payment requests and progress reports. 28 1) Break down principal subcontract amounts into several line items in 29 accordance with section measurement and payment. 30 d. Round off to the nearest whole dollar,but with the total equal the Contract 31 Sum. 32 1.5 SUBMITTALS 33 A. Schedule of Values 34 1. Submit Schedule of Values in native file format and pdf format. 35 2. Submit Schedule of Values monthly no later than the last day of the month. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 32 13-2 SCHEDULE OF VALUES Page 2 of 2 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Schedule shall be experienced in the 6 preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the constriction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 32 16-1 CONSTRUCTION PROGRESS SCHEDULE Pagel of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Modified 1.2A.1 12 2. Added 1.2A.2 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Unit Price-Work associated with this Item is considered subsidiary to the various 19 items bid. No separate payment will be allowed for this Item. 20 2. Lump Sum Price-Work associated with this Item is included in the total lump 21 sum price. 22 1.3 REFERENCES 23 A. Definitions 24 1. Schedule Tiers 25 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 26 projects 27 b. Tier 2 -No schedule submittal required by contract,but will require some 28 milestone dates. Small,brief duration projects 29 c. Tier 3 - Schedule submittal required by contract as described in the 30 Specification and herein. Majority of City projects, including all bond program 31 projects 32 d. Tier 4 - Schedule submittal required by contract as described in the 33 Specification and herein. Large and/or complex projects with long durations 34 1) Examples: large water pump station project and associated pipeline with 35 interconnection to another governmental entity 36 e. Tier 5 - Schedule submittal required by contract as described in the 37 Specification and herein. Large and/or very complex projects with long 38 durations,high public visibility 39 1) Examples might include a water or wastewater treatment plant CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 32 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 a. Float or slack time is not for the exclusive use or benefit of either the 2 Contractor or the City. 3 b. Proceed with work according to early start dates, and the City shall have the 4 right to reserve and apportion float time according to the needs of the project. 5 c. Acknowledge and agree that actual delays, affecting paths of activities 6 containing float time, will not have any effect upon contract completion times, 7 providing that the actual delay does not exceed the float time associated with 8 those activities. 9 E. Coordinating Schedule with Other Contract Schedules 10 1. Where work is to be performed under this Contract concurrently with or contingent 11 upon work performed on the same facilities or area under other contracts,the 12 Baseline Schedule shall be coordinated with the schedules of the other contracts. 13 a. Obtain the schedules of the other appropriate contracts from the City for the 14 preparation and updating of Baseline schedule and make the required changes 15 in his schedule when indicated by changes in corresponding schedules. 16 2. In case of interference between the operations of different contractors,the City will 17 determine the work priority of each contractor and the sequence of work necessary 18 to expedite the completion of the entire Project. 19 a. In such cases,the decision of the City shall be accepted as final. 20 b. The temporary delay of any work due to such circumstances shall not be 21 considered as justification for claims for additional compensation. 22 1.5 SUBMITTALS 23 A. Baseline Schedule 24 1. Submit Schedule in native file format and pdf format as required in the City of Fort 25 Worth Schedule Guidance Document. 26 a. Native file format includes: 27 1) Primavera(P6 or Primavera Contractor) 28 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 29 bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 C. Schedule Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 36 Schedule Guidance Document. 37 2. Submit schedule narrative monthly no later than the last day of the month. 38 D. Submittal Process 39 1. The City administers and manages schedules through Buzzsaw. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City,no further progress schedules are required. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0132 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 THIS PAGE INTENTIONALLY LEFT BLANK 01 3233-1 PRECONSTRUCTION VIDEO Pagel of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2A.1 10 2. Added 1.2A.2 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Unit Price-Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item. 18 2. Lump Sum Price-Work associated with this Item is included in the total lump 19 sum price. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Preconstruction Video 23 1. Produce a preconstruction video of the site/alignment, including all areas in the 24 vicinity of and to be affected by construction. 25 a. Provide digital copy of video upon request by the City. 26 2. Retain a copy of the preconstruction video until the end of the maintenance surety 27 period. 28 1.5 SUBMITTALS [NOT USED] 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 32 33-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 6 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 3300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Modified 1.2.A.1 14 2. Added 1.2.A.2 15 3. Added 1.4.13 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Unit Price-Work associated with this Item is considered subsidiary to the various 22 items bid. No separate payment will be allowed for this Item. 23 2. Lump Sum Price-Work associated with this Item is included in the total lump 24 sum price. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Coordination 28 1. Notify the City in writing, at the time of submittal, of any deviations in the 29 submittals from the requirements of the Contract Documents. 30 2. Coordination of Submittal Times 31 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 32 performing the related Work or other applicable activities, or within the time 33 specified in the individual Work Sections, of the Specifications. 34 b. Contractor is responsible such that the installation will not be delayed by 35 processing times including,but not limited to: 36 a) Disapproval and resubmittal (if required) 37 b) Coordination with other submittals 38 c) Testing 39 d) Purchasing CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 013300-2 SUBMITTALS Page 2 of 8 1 e) Fabrication 2 f) Delivery 3 g) Similar sequenced activities 4 c. No extension of time will be authorized because of the Contractor's failure to 5 transmit submittals sufficiently in advance of the Work. 6 d. Make submittals promptly in accordance with approved schedule, and in such 7 sequence as to cause no delay in the Work or in the work of any other 8 contractor. 9 B. Submittal Loa/Schedule 10 1. Prior to submitting the first submittal for the project, provide a submittal 11 log/schedule to include 12 a. Anticipated Submittals 13 b. Proposed Submittal Numbering 14 c. Anticipated Submittal Dates. 15 C. Submittal Numbering 16 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 17 reference identification numbering system in the following manner: 18 a. Use the first 6 digits of the applicable Specification Section Number. 19 b. For the next 2 digits number use numbers 01-99 to sequentially number each 20 initial separate item or drawing submitted under each specific Section number. 21 c. Last use a letter, A-Z, indicating the resubmission of the same drawing(i.e. 22 A=2nd submission,B=3rd submission, C=4th submission, etc.). A typical 23 submittal number would be as follows: 24 25 03 30 00-08-B 26 27 1) 03 30 00 is the Specification Section for Concrete 28 2) 08 is the eighth initial submittal under this Specification Section 29 3) B is the third submission(second resubmission) of that particular shop 30 drawing 31 D. Contractor Certification 32 1. Review shop drawings,product data and samples, including those by 33 subcontractors,prior to submission to determine and verify the following: 34 a. Field measurements 35 b. Field construction criteria 36 c. Catalog numbers and similar data 37 d. Conformance with the Contract Documents 38 2. Provide each shop drawing, sample and product data submitted by the Contractor 39 with a Certification Statement affixed including: 40 a. The Contractor's Company name 41 b. Signature of submittal reviewer 42 c. Certification Statement 43 1) `By this submittal, I hereby represent that I have determined and verified 44 field measurements, field construction criteria, materials, dimensions, 45 catalog numbers and similar data and I have checked and coordinated each 46 item with other applicable approved shop drawings." 47 E. Submittal Format CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 33 00-3 SUBMITTALS Page 3 of 8 1 1. Fold shop drawings larger than 8 �/2 inches x l l inches to 8 '/z inches x 11 inches. 2 2. Bind shop drawings and product data sheets together. 3 3. Order 4 a. Cover Sheet 5 1) Description of Packet 6 2) Contractor Certification 7 b. List of items/Table of Contents 8 c. Product Data/Shop Drawings/Samples/Calculations 9 F. Submittal Content 10 1. The date of submission and the dates of any previous submissions 11 2. The Project title and number 12 3. Contractor identification 13 4. The names o£ 14 a. Contractor 15 b. Supplier 16 c. Manufacturer 17 5. Identification of the product,with the Specification Section number, page and 18 paragraph(s) 19 6. Field dimensions, clearly identified as such 20 7. Relation to adjacent or critical features of the Work or materials 21 8. Applicable standards, such as ASTM or Federal Specification numbers 22 9. Identification by highlighting of deviations from Contract Documents 23 10. Identification by highlighting of revisions on resubmittals 24 11. An 8-inch x 3-inch blank space for Contractor and City stamps 25 G. Shop Drawings 26 1. As specified in individual Work Sections includes,but is not necessarily limited to: 27 a. Custom-prepared data such as fabrication and erection/installation(working) 28 drawings 29 b. Scheduled information 30 c. Setting diagrams 31 d. Actual shopwork manufacturing instructions 32 e. Custom templates 33 f. Special wiring diagrams 34 g. Coordination drawings 35 h. Individual system or equipment inspection and test reports including: 36 1) Performance curves and certifications 37 i. As applicable to the Work 38 2. Details 39 a. Relation of the various parts to the main members and lines of the structure 40 b. Where correct fabrication of the Work depends upon field measurements 41 1) Provide such measurements and note on the drawings prior to submitting 42 for approval. 43 H. Product Data 44 1. For submittals of product data for products included on the City's Standard Product 45 List, clearly identify each item selected for use on the Project. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 013300-4 SUBMITTALS Page 4 of 8 1 2. For submittals of product data for products not included on the City's Standard 2 Product List, submittal data may include, but is not necessarily limited to: 3 a. Standard prepared data for manufactured products (sometimes referred to as 4 catalog data) 5 1) Such as the manufacturer's product specification and installation 6 instructions 7 2) Availability of colors and patterns 8 3) Manufacturer's printed statements of compliances and applicability 9 4) Roughing-in diagrams and templates 10 5) Catalog cuts 11 6) Product photographs 12 7) Standard wiring diagrams 13 8) Printed performance curves and operational-range diagrams 14 9) Production or quality control inspection and test reports and certifications 15 10) Mill reports 16 11) Product operating and maintenance instructions and recommended 17 spare-parts listing and printed product warranties 18 12) As applicable to the Work 19 I. Samples 20 1. As specified in individual Sections, include, but are not necessarily limited to: 21 a. Physical examples of the Work such as: 22 1) Sections of manufactured or fabricated Work 23 2) Small cuts or containers of materials 24 3) Complete units of repetitively used products color/texture/pattern swatches 25 and range sets 26 4) Specimens for coordination of visual effect 27 5) Graphic symbols and units of Work to be used by the City for independent 28 inspection and testing, as applicable to the Work 29 J. Do not start Work requiring a shop drawing, sample or product data nor any material to 30 be fabricated or installed prior to the approval or qualified approval of such item. 31 1. Fabrication performed, materials purchased or on-site construction accomplished 32 which does not conform to approved shop drawings and data is at the Contractor's 33 risk. 34 2. The City will not be liable for any expense or delay due to corrections or remedies 35 required to accomplish conformity. 36 3. Complete project Work, materials,fabrication, and installations in conformance 37 with approved shop drawings, applicable samples, and product data. 38 K. Submittal Distribution 39 1. Electronic Distribution 40 a. Confirm development of Project directory for electronic submittals to be 41 uploaded to City's Buzzsaw site, or another external FTP site approved by the 42 City. 43 b. Shop Drawings 44 1) Upload submittal to designated project directory and notify appropriate 45 City representatives via email of submittal posting. 46 2) Hard Copies 47 a) 3 copies for all submittals CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 013300-5 SUBMITTALS Page 5 of 8 1 b) If Contractor requires more than 1 hard copy of Shop Drawings 2 returned, Contractor shall submit more than the number of copies listed 3 above. 4 c. Product Data 5 1) Upload submittal to designated project directory and notify appropriate 6 City representatives via email of submittal posting. 7 2) Hard Copies 8 a) 3 copies for all submittals 9 d. Samples 10 1) Distributed to the Project Representative 11 2. Hard Copy Distribution(if required in lieu of electronic distribution) 12 a. Shop Drawings 13 1) Distributed to the City 14 2) Copies 15 a) 8 copies for mechanical submittals 16 b) 7 copies for all other submittals 17 c) If Contractor requires more than 3 copies of Shop Drawings returned, 18 Contractor shall submit more than the number of copies listed above. 19 b. Product Data 20 1) Distributed to the City 21 2) Copies 22 a) 4 copies 23 c. Samples 24 1) Distributed to the Project Representative 25 2) Copies 26 a) Submit the number stated in the respective Specification Sections. 27 3. Distribute reproductions of approved shop drawings and copies of approved 28 product data and samples, where required, to the job site file and elsewhere as 29 directed by the City. 30 a. Provide number of copies as directed by the City but not exceeding the number 31 previously specified. 32 L. Submittal Review 33 1. The review of shop drawings,data and samples will be for general conformance 34 with the design concept and Contract Documents. This is not to be construed as: 35 a. Permitting any departure from the Contract requirements 36 b. Relieving the Contractor of responsibility for any errors, including details, 37 dimensions, and materials 38 c. Approving departures from details furnished by the City, except as otherwise 39 provided herein 40 2. The review and approval of shop drawings, samples or product data by the City 41 does not relieve the Contractor from his/her responsibility with regard to the 42 fulfillment of the terms of the Contract. 43 a. All risks of error and omission are assumed by the Contractor, and the City will 44 have no responsibility therefore. 45 3. The Contractor remains responsible for details and accuracy, for coordinating the 46 Work with all other associated work and trades, for selecting fabrication processes, 47 for techniques of assembly and for performing Work in a safe manner. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 33 00-6 SUBMITTALS Page 6 of 8 1 4. If the shop drawings, data or samples as submitted describe variations and show a 2 departure from the Contract requirements which City finds to be in the interest of 3 the City and to be so minor as not to involve a change in Contract Price or time for 4 performance,the City may return the reviewed drawings without noting an 5 exception. 6 5. Submittals will be returned to the Contractor under 1 of the following codes: 7 a. Code 1 8 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 9 comments on the submittal. 10 a) When returned under this code the Contractor may release the 11 equipment and/or material for manufacture. 12 b. Code 2 13 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 14 the notations and comments IS NOT required by the Contractor. 15 a) The Contractor may release the equipment or material for manufacture; 16 however, all notations and comments must be incorporated into the 17 final product. 18 c. Code 3 19 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 20 assigned when notations and continents are extensive enough to require a 21 resubmittal of the package. 22 a) The Contractor may release the equipment or material for manufacture; 23 however, all notations and comments must be incorporated into the 24 final product. 25 b) This resubmittal is to address all comments, omissions and 26 non-conforming items that were noted. 27 c) Resubmittal is to be received by the City within 15 Calendar Days of 28 the date of the City's transmittal requiring the resubmittal. 29 d. Code 4 30 1) "NOT APPROVED" is assigned when the submittal does not meet the 31 intent of the Contract Documents. 32 a) The Contractor must resubmit the entire package revised to bring the 33 submittal into conformance. 34 b) It may be necessary to resubmit using a different manufacturer/vendor 35 to meet the Contract Documents. 36 6. Resubmittals 37 a. Handled in the same manner as first submittals 38 1) Corrections other than requested by the City 39 2) Marked with revision triangle or other similar method 40 a) At Contractor's risk if not marked 41 b. Submittals for each item will be reviewed no more than twice at the City's 42 expense. 43 1) All subsequent reviews will be performed at times convenient to the City 44 and at the Contractor's expense,based on the City's or City 45 Representative's then prevailing rates. 46 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 47 all such fees invoiced by the City. 48 c. The need for more than 1 resubmission or any other delay in obtaining City's 49 review of submittals,will not entitle the Contractor to an extension of Contract 50 Time. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 33 00-7 SUBMITTALS Page 7 of 8 1 7. Partial Submittals 2 a. City reserves the right to not review submittals deemed partial, at the City's 3 discretion. 4 b. Submittals deemed by the City to be not complete will be returned to the 5 Contractor, and will be considered"Not Approved"until resubmitted. 6 c. The City may at its option provide a list or marl-the submittal directing the 7 Contractor to the areas that are incomplete. 8 8. If the Contractor considers any correction indicated on the shop drawings to 9 constitute a change to the Contract Documents, then written notice must be 10 provided thereof to the City at least 7 Calendar Days prior to release for 11 manufacture. 12 9. When the shop drawings have been completed to the satisfaction of the City,the 13 Contractor may carry out the construction in accordance therewith and no further 14 changes therein except upon written instructions from the City. 15 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days 16 following receipt of submittal by the City. 17 M. Mock ups 18 1. Mock Up units as specified in individual Sections, include,but are not necessarily 19 limited to, complete units of the standard of acceptance for that type of Work to be 20 used on the Project. Remove at the completion of the Work or when directed. 21 N. Qualifications 22 1. If specifically required in other Sections of these Specifications, submit a P.E. 23 Certification for each item required. 24 O. Request for Information(RFI) 25 1. Contractor Request for additional information 26 a. Clarification or interpretation of the contract documents 27 b. When the Contractor believes there is a conflict between Contract Documents 28 c. When the Contractor believes there is a conflict between the Drawings and 29 Specifications 30 1) Identify the conflict and request clarification 31 2. Use the Request for Information(RFI)forin provided by the City. 32 3. Numbering of RFI 33 a. Prefix with"RFI"followed by series number, "-xxx",beginning with"01"and 34 increasing sequentially with each additional transmittal. 35 4. Sufficient information shall be attached to permit a written response without further 36 information. 37 5. The City will log each request and will review the request. 38 a. If review of the project information request indicates that a change to the 39 Contract Documents is required, the City will issue a Field Order or Change 40 Order, as appropriate. 41 1.5 SUBMITTALS [NOT USED] 42 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 33 00-8 SUBMITTALS Page 8 of 8 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 9 CITY OF FORT WORTH Westside WTP Plate Settler Expausion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 013513-1 SPECIAL PROJECT PROCEDURES Pagel of 6 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. r^^,.,1in t;^r with the Texas Depat4me t ofTr-afis or-tatinri 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives,Drop Weight,Etc. 13 f. Water Department Notification 15 L, Geer-1;,,4ie with Uiiited States A..„,..Carps of Eng nee fs 16 17 j. Dust Control 18 k. Employee Parking 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. Modified 1.I.A.1 21 2. Deleted 1.2.A.1 22 3. Deleted 1.2.A.2 23 4. Modified 1.2.A.3.a 24 5. Added 1.2.A.3.b 25 6. Deleted I A.A 26 7. Modified 1 A.H. through 1.4.K 27 C. Related Specification Sections include,but are not necessarily limited to: 28 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 29 2. Division 1 —General Requirements 30 3. Section 33 12 25—Connection to Existing Water Mains 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 34 a. Me nt 35 1\ Tiieasu.-eme nt F r this item will be by lump 36 b. Payment 38 with this item will be paid for-.,t the h -obi F,.D,,ike l 39 Go CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 35 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 6 1 2) Lump Sum PFiee The work i3ePfer-med-and materials fumished4 i 2 qeeefdanee with this item will be ineluded in the total lump stim pfiee. 4 1\ Mobilization 5 2) Ins3eetieri 6 3) Safety t,• ; i,,. 7 4) Additional441AIVA44Ee 9 , 10 11 pfopefty of'thPe n ;1,.^ a f4. t ,, ,oaFisingout f and/or f•^,, tt,^ 12 eonstmetion of the Wojeet 13 2. Railroad Rl.,gme 14 a. Pv4easufefnen t 15 1) Me.,s,,.wne t f.•this it.,,,, ill be pef o fki, 'da, 16 b. Paymen 17 18 with this item will be paid for at the itt.... bid for-Railfe- 19 GOli~ 20 21 ,,.,.,..,..a,,nee 144th this item will be inel.,,ll.,dl! i., tl,., total lump S,,,,, 22 e. The„ e bidshall inel ,,1 23 24 2` Flagme 26 3. All other items 27 The work performed and materials furnished in accordance with this Item will be 28 included in the total lump sum price. 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification,unless a date is specifically cited. 34 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 35 High Voltage Overhead Lines. 36 3. North Central Texas Council of Govermnents (NCTCOG)—Clean Construction 37 Specification 38 1.4 ADMINISTRATIVE REQUIREMENTS 39 A Coordination with the Texas TlopaFtme t ofTr-anspeFtation 40 1. When wot4E in the right of way whiek is tindeF the jtwisdietien of the Texas 42 a. Netif�, t4e Texas Department of Transportation prier to eomm Wk 43 therein in aeeardanee with the pFevisiens of the per 44 b. All work et:fb,•„e in the T TIOT right f way shall be pe ff , led; 45 eomplianee with and stibjeet to appr-eval f+em the Texas-Department of 46 Tr-anspat:tatien CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 6 1 B. Work near High Voltage Lines 2 1. Regulatory Requirements 3 a. All Work near High Voltage Lines (more than 600 volts measured between 4 conductors or between a conductor and the ground) shall be in accordance with 5 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 6 2. Warning sign 7 a. Provide sign of sufficient size meeting all OSHA requirements. 8 3. Equipment operating within 10 feet of high voltage lines will require the following 9 safety features 10 a. Insulating cage-type of guard about the boom or arm 11 b. Insulator links on the lift hook connections for back hoes or dippers 12 c. Equipment must meet the safety requirements as set forth by OSHA and the 13 safety requirements of the owner of the high voltage lines 14 4. Work within 6 feet of high voltage electric lines 15 a. Notification shall be given to: 16 1) The power company(example: ONCOR) 17 a) Maintain an accurate log of all such calls to power-company and record 18 action taken in each case. 19 b. Coordination with power company 20 1) After notification coordinate with the power company to: 21 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 22 lower the lines 23 c. No personnel may work within 6 feet of a high voltage line before the above 24 requirements have been met. 25 C. Confined Space Entry Program 26 1. Provide and follow approved Confined Space Entry Program in accordance with 27 OSHA requirements. 28 2. Confined Spaces include: 29 a. Manholes 30 b. All other confined spaces in accordance with OSHA's Permit Required for 31 Confined Spaces 32 D. Air Pollution Watch Days 33 1. General 34 a. Observe the following guidelines relating to working on City construction sites 35 on days designated as "AIR POLLUTION WATCH DAYS". 36 b. Typical Ozone Season 37 1) May 1 through October 31. 38 c. Critical Emission Time 39 1) 6:00 a.m. to 10:00 a.m. 40 2. Watch Days 41 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 42 with the National Weather Service,will issue the Air Pollution Watch by 3:00 43 p.m. on the afternoon prior to the WATCH day. 44 b. Requirements 45 1) Begin work after 10:00 a.m.whenever construction phasing requires the 46 use of motorized equipment for periods in excess of 1 hour. 47 2) However,the Contractor may begin work prior to 10:00 a.m. if: CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 6 1 a) Use of motorized equipment is less than I hour, or 2 b) If equipment is new and certified by EPA as "Low Emitting", or 3 equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions, or 4 alternative fuels such as CNG. 5 E. TCEQ Air Permit 6 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 7 F. Use of Explosives,Drop Weight, Etc. 8 1. When Contract Documents permit on the project the following will apply: 9 a. Public Notification 10 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 11 prior to commencing. 12 2) Minimum 24 hour public notification in accordance with Section 0131 13 13 G. Water Department Coordination 14 1. During the construction of this project, it will be necessary to deactivate, for a 15 period of time, existing lines. The Contractor shall be required to coordinate with 16 the Water Department to determine the best times for deactivating and activating 17 those lines. 18 2. Coordinate any event that will require connecting to or the operation of an existing 19 City water line system with the City's representative. 20 a. Coordination shall be in accordance with Section 33 12 25. 21 b. If needed, obtain a hydrant water meter from the Water Department for use 22 during the life of named project. 23 c. In the event that a water valve on an existing live system be turned off and on 24 to accommodate the construction of the project is required, coordinate this 25 activity through the appropriate City representative. 26 1) Do not operate water line valves of existing water system. 27 a) Failure to comply will render the Contractor in violation of Texas Penal 28 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 29 will be prosecuted to the full extent of the law. 30 b) In addition, the Contractor will assume all liabilities and 31 responsibilities as a result of these actions. 33 , an 34 blee 1, I 1 k basi ��uelive. a notice o fl -� ftr, d :c�y-o'io o.. �,Yr.".Y��.. yv z ice'P`�=a===� 35 eonstruetion to the 4ant door of eaeli r-esidenee or business that will be impaeted-by 36 e ,it,.,,et;,,,, The notice shall be prepared s follows: 37 a. Post netiee or-iflyer 7 days prior-to lbeginaing any eanstr-aetion aetivity on ea-eh 38 Iuleel,in the projeet 39 1) Prepare Eye,.on the GontraetoF's letterhead and inel de tie following 40 41 a) ej eet 42 b) City Pr-eject No (!'PN) 43 dope of Projeet(i.e. type of,onst,. etio ,,twit- ) 44 4) Actual cviJtx ciEti oi-a ciido within the 1loek 45 e) Name of the eontraetef's for- Na phone numb-ef- 46 fi Name of the Cit„'sinspeeter and phone mbe 47 erg)- Gity's after I,,,,,,•s,.hene„ ,,be CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 6 2) A sample of the 'pre eenstnietion notifieation' flyer-is attaeked as Exhibi 2 A, 3 3) Submit sehedule showing the eonstmetion staft and finish time for-eael- 4 . 5 4) >, 1' t the City r.,s te,•f..,• • + ,a' t•'>, t' -r�-�cz-'r`c'ci=rx`,yci=ciTcrr�cxz�-zzi�pcccarror rc�zcvv'-p'rLoi-c^o arsc'ri,�'uI zor� 6 I Noe .,st.•„et;o .;11 he allowed to hegira an any h1.,ek until the fl..e,•;s 7 delivered to all.• s:,le.,ts of the Meek 8 9 i in the event;t heeo.,,es neeessafy to temporarily shut down water-s e t-& 10 fesidenis or businesses dufing eonstnietion, 11 the pending;,,te,•,•,,,,t;o to the &o.,t ,lee,-of e.,eh effeete.l ,• s;.le t, 12 2. U,•epa fe.l ogee as follows: 13 a. The.,ot;f:eot;.,,, of flye.•shall he posted 24 ho,,.•s p f to the temporary 14 15 h D.•epafe flyer-a the e.,,,t.•eetef's lettefhe.,d .,,,d_ine_h.de the following �VLLV V V ILI� 16 ifi-€efffi4iow 17 18 2) City v,.e:eet rr„w he,• 19 20 A) Period the :.,te.•.•,,..+;.,,, will take place 21 5\ Name of the , traet,,,.'e f',...e,,,,,., and phone ,,he,. 22 6) r ro.,,e of the C:t„'s ; eet.,,•and phone ,,,he,• 23 24 Eiihibx; B. 25 El. Delivef a eopy of the tempefar-y inteffuption ot;4;eat;n to the CI+} I SJtIVtVL 26 for-Feview pfiof t being dist.•;h„te.l 27 28 .,11 .,ffee+e,l residents .,,,.1 businesses. 29 = Eleetronie veFsiens of the sample 14ye,•s ea.,he obtained f:•.,,,, the U,•o;eet 30 . 31 r Coordination with United States A,my Gor-ps f'Engineers (USAGE) CE) 32 33 ,meet all requifements set for-th in eaeh design 34 Wit. 35 a C,.,,.•,l: et;,.,, within Railroad pe,•.,,;t Areas 36 37 , meet all t:e"ir-ements set foFth in eaeh design 38 Fai11 ead permit. This : eh,.7es but; of limited t. py-evs 39 a. e^L 40 b—inspeeto=-s 41 e. Safety t.. 42 a rc'acditivonal—insu'raaee 44 =. nthe..employees F e.l to •..toot the right of way and,, er)L_of the- 45 46 the p eje t Proper„tilit..ele.,,•.,,,ee,, edufes shall he used; aeear-danee 47 with the per„it guidelines, CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 6 1 2. Obtain any supplemental information needed to comply with the railroad's 2 requirements. 3 3. Railroad Flagmen 4 a. Submit receipts to City for verification of working days that railroad flagmen 5 were present on Site. 6 L. Dust Control 7 1. Use acceptable measures to control dust at the Site. 8 a. If water is used to control dust, capture and properly dispose of waste water. 9 b. If wet saw cutting is performed, capture and properly dispose of slurry. 10 M. Employee Panting 11 1. Provide parking for employees at locations approved by the City. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS [NOT USED] 21 PART 3 - EXECUTION [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 1.43—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 24 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 02019 CDM Smith 0515-239525 All Rights Reserved 9/16/20 SECTION 013526 - GOVERNMENTAL SAFETY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes: 1. Preparing and implementing a Health and Safety (H&S) Plan to establish in detail the protocols necessary for protecting workers from potential hazards during the work specified in the Contract Documents. B. Related Requirements: 1. Potential chemical hazards include lead-based paint, PCBs, mercury, oils, and incinerator I ash. Potential biological hazard includes pigeon guano (avian excrement). 2. Laboratory analysis of previously landfrlled ash indicates the presence of PAHs, arsenic, 4 lead and dioxin above MCP Method 1 standards. 1.3 DEFINITIONS A. CIH is a certified industrial hygienist. B. SSHO is the site safety &health officer. The Contractor shall provide a responsible individual, competent through experience and training, to be able to identify hazards associated with the Contractor's Work and has overall responsibility for the safety and health performance of contractor's activities, including lower tier subcontractors. The person shall be present on-site during all contractor activities and shall ensure that the requirements of the Project Specific Safety and Health Plan are fully implemented. This person shall also: 1. Attend pre-work conferences and site safety and health orientations and briefings. The Contractor is expected to supplement the site orientation with information related to the Contractor's scope of work. 2. Document weekly toolbox safety meetings for the Contractor's employee's onsite. 3. Submit weekly safety and health inspection reports of the construction site as it relates to the Contractor's scope of work. Record hazards identified, and corrective actions taken. The weekly inspection report shall be provided to the Site Manager. 4. Report all job-related accidents/illness related to the Contractor's employees and lower tier subcontractors as soon as practical to the Site Manager and perform site accident and incident investigations associated with the Contractor's scope of work and fully cooperate with any other accident or incident investigations which may be required. Westside WTP Plate Settler Expansion Project Governmental Safety Requirements City of Fort Worth 013526- 1 100%Submittal ©2019 CDM Smith 0515-239525 All Rights Reserved 9/16/20 5. Maintain safety and health statistical information and provide monthly reports to the Site Manager. Reports shall include, employee hours worked, the number of first aid cases, the number of medical treatment cases, the number of restricted and lost workday cases as defined by the US Occupational Health and Safety Administration. These reports shall include statistical information related to all of the Contractor's activities and the activities of lower tier subcontractors. 6. Provide Site Manager with the immediate notification of any regulatory inspection and a copy of all resulting citations or notice of deficiencies. 1.4 ACTION SUBMITTALS A. Qualifications of the C1H and the SSHO. B. Prior to cormnencing work at the jobsite, Contractors must file with the Site Manager all required documents, such as: A copy of the Contractors Project Specific Safety and Health Plan and copies of employee training certificates, insurance certificates, construction permits, blasting permits, crane certifications and operator licenses, Steam Boiler Certifications, Elevator Certifications and any approved "OSHA Variances," or other approvals as required to safely and legally perform the Contractor's Scope of Work. The Contractor's Project Specific Safety and Health Plan shall as a minimum include the following: 1. Letter of corporate commitment to Safety and Health signed by CEO or President of the contractor's organization. 2. Brief description of the contractor's scope of work. 3. Project safety and health organization,responsibilities and accountability procedures. 4. Project safety and health goals and objectives. 5. Project hazard communication and safety training. (This section shall include a minimum requirement for a site hazard communication program and weekly safety meetings.) 6. Activity hazard analyses covering activities within the contractor's scope of work describing the steps of each principle activity, the hazards associated with each activity and procedures to be used to eliminate or control the hazards. 7. Personal protective equipment. (Note: Minimum site PPE requirements shall include hard hats, safety glasses with side shields and sturdy work boots.) 8. Specialized medical surveillance and/or air monitoring procedures, if required. 9. Safe work procedures. These may be incorporated by reference to the Contractor's Corporate Safety and Health Program. 10. Safety inspections and audits. 11. Project emergency response and preparedness procedures including provisions for providing first aid and notification of emergency services. 12. The Contractor (and any of its subcontractors), must submit, a Hazardous Waste Management Plan that addresses the handling, labeling, transpiration and disposal of hazardous waste. The Contractor shall be held solely responsible for compliance with the provisions of all applicable regulations associated with hazardous waste generated as a consequence of the Contractor's activities. Westside WTP Plate Settler Expansion Project Governmental Safety Requirements City of Fort Worth 013526-2 100%Submittal 02019 CDM Smith 0515-239525 All Rights Reserved 9/16/20 1.5 INFORMATIONAL SUBMITTALS A. Listed below are general conditions related to Safety and Health which the Contractor is required to comply with. 1. Should a specific interpretation be required concerning special and/or unusual safety, fire protection, or environmental concerns not covered by, the National Fire Protection Association Codes, and current OSHA/EPA or other local regulations the contractor shall contact the Site Manager's Safety and Health Representative or Corporate Safety and Health Office for guidance. 2. The practices, procedures, and requirements set forth in this Appendix shall apply equally to all Contractors, and it is mandatory that each Contractor inform and enforce the provisions of this Appendix in all contracts with its Subcontractors. 3. The Site Manager shall have the right to direct the removal from the jobsite any Contractor or Contractor personnel for violation of safety, health, fire protection, or environmental rules and regulations. 4. Fighting or horseplay is strictly prohibited and shall be considered grounds for removal from the project. 5. The illegal use, possession, purchase, sale or diversion of a drug or controlled substance is prohibited. The use or possession of alcoholic beverages at the jobsite is prohibited. 6. The Site Manager shall have the right to direct the removal from the jobsite any defective tools and equipment,the use of which may create a hazardous situation. 7. The Site Manager reserves the right to delete, modify, or supplement these procedures at any time without prior notice, but in such event, will notify all contractors affected by such change in procedures. 8. The Site Manager reserves the right to evaluate the Contractor's, and any of its subcontractor's, overall safety performance, compliance with these procedures, and any established supplements, at intervals the Site Manager deems appropriate. 9. Prior to starting work in any jobsite area, each Contractor must first obtain permission and instructions from the Site Manager, or designee 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: <Insert Section-related qualifications>. B. Fabricator Qualifications: <Insert Section-related qualifications>. C. Installer Qualifications: <Insert Section-related qualifications>. 1.7 TRAINING A. Certify that all Contractor personnel assigned for the purpose of performing or supervising work in accordance with the provisions of the H&S plan have received appropriate safety training in accordance with 29 CFR 1926.65. Training shall consist of a minimum of 40 hours of health and safety training and 8 hours refresher training annually. In addition, Contractor's supervisory personnel shall have a minimum of 8 hours additional specialized training for managing hazardous waste operations. Westside WTP Plate Settler Expansion Project Governmental Safety Requirements City of Fort Worth 013526-3 100%Submittal ©2019 CDM Smith 0515-239525 All Rights Reserved 9/16/20 B. Additionally, the Contractor shall be responsible for, and shall guarantee that, only personnel successfully completing the required training are permitted to enter designated areas of the site where worker protection is required. 1.8 MEDICAL SURVEILLANCE A. Certify that the services of an occupational physician will be provided and utilized to provide the minimum medical examinations and surveillance specified herein for all workers performing or supervising work in accordance with the provisions of the H&S plan. B. The entire medical surveillance program shall meet the requirements of OSHA standard 29 CFR 1926.65(f) including the provision requiring the Contractor to obtain a physician's written medical opinion based on site specific information famished by the Contractor. C. Maintain all medical surveillance records in accordance with 29 CFR 1926.65 and make these records available to the Engineer or other regulatory agencies as required. 1.9 DESCRIPTION OF REQUIREMENTS A. This Section describes the minimum health and safety requirements for this project. Develop a detailed H&S Plan using this Section as a basis and delineating additional details and requirements as deemed necessary. The H&S plan shall establish in detail the protocols necessary for protecting workers from potential hazards encountered during demolition activities. B. Utilize the services of a certified industrial hygienist(CIH) by the American Board of Industrial Hygienists (ABIH) to develop and implement the H&S plan, including any on-site air monitoring program, conducting initial site-specific training and provide continued support for all health and safety activities as needed, including the upgrading or downgrading of the level of personnel protection. C. In addition, a Site Safety and Health Officer (SSHO) shall assist and represent the CIH in the continued implementation and enforcement of the H&S Plan. The SSHO shall be assigned to the site on a full-time basis during performance of activities covered by the H&S plan and shall be either the Contractor's employee or a subcontractor who reports to the Contractor and the CIH in matters pertaining to site safety and health. D. The H&S Plan shall include but not necessarily be limited to, the following components as required by OSHA 29 CFR 1926.65(b)4 and 1926.65(1)(2): 1. Site Description and Evaluation. 2. Names of key personnel and alternate responsible for site safety and health (responsibilities and chain of command). 3. Safety and health hazard assessment and risk analysis for each site task and operator (Accident Prevention Plan). 4. Education and Training. 5. Personnel Protective Equipment. 6. Medical Surveillance. 7. Air Monitoring(Environmental). Westside WTP Plate Settler Expansion Project Governmental Safety Requirements City of Fort Worth 013526-4 100%Submittal ©2019 CDM Smith 0515-239525 All Rights Reserved 9/16/20 8. Standard Operating Procedures, Engineering Controls and Work Practices. 9. Site Control Measures (Work Zones, Communications and Security). 10. Personnel Hygiene and Decontamination. It. Equipment Decontamination. 12. Logs, Reports and Record Keeping. 13. Heat/Cold Stress Monitoring. 14. Pre-emergency planning. 15. Personnel roles, lines of authority,training and communication. 16. Emergency recognition and prevention. 17. Safe distances and places of refuge. 18. Site security and control. 19. Evacuation routes and procedures. 20. Decontamination. 21. Emergency Medical treatment and first aid. 22. Emergency alerting and response procedures. 23. Critique of response and follow-up. 24. Personnel Protection Equipment and emergency equipment. 1.10 REGULATORY REQUIREMENTS i A. The Contractor is responsible for awareness, knowledge and full compliance with all applicable rules, regulations, laws and practices applicable to the Contractor's Scope of Work, including lower tier subcontractors, prescribed by the site owner, and any other government or agency governing the safety and health of employees, other site personnel, the general public and protection of the environment. Within the United States and its Territories these include, but are not limited to regulations promulgated by the following: 1. Occupational Safety and Health Administration (OSHA) 2. Environmental Protection Agency(EPA) 3. Department of Transportation(DOT) 4. Department of Energy,Nuclear Regulatory Commission(NRC) 5. Mine Safety and Health Administration(MSHA) B. Additional rules required by the Site Manager include: 1. Each Contractor has the responsibility for instructing its employees in safe practices for the operation of tools and equipment and for the maintenance of safe conditions. 2. Contractors shall furnish for their employees' personal safety equipment such as, ANSI Z89.1 approved hard hats, ANSI Z87.1 approved eye protection with fixed side shields, ear protection, foot protection, NIOSH approved respiratory protection, fall protection and other equipment as required for safe performance of their particular work assignment. All personnel on the job site shall be required at a minimum to wear hard hats, safety glasses with side shields and proper and sturdy footwear. 3. Danger tags and locks shall be utilized to prevent personal injury and equipment damage in accordance with project electrical and mechanical tagging procedures. 4. Scaffolding and other structures utilized for elevated work platforms shall have the required decking,handrails, mid-rails, toe boards,proper access, and nets or screens. 5. Catwalks shall conform to a two-plank width minimum and, if elevated, shall have handrails and toe boards. Westside WTP Plate Settler Expansion Project Governmental Safety Requirements City of Fort Worth 013526-5 100%Submittal 02019 CDM Smith 0515-239525 All Rights Reserved 9/16/20 6. Areas in which "overhead" work is to be performed shall be blocked, decked, barricaded, netted, posted, or evacuated as instructed by project supervision. 7. Pits, trenches, and other excavations shall be shored/shielded or sloped to the proper angle of repose, barricaded, and provided with proper access. 8. When not in use, blades of bulldozers and buckets of front-end loaders shall be lowered to the ground. Also, beds of dump trucks shall be lowered when traveling or not in use. Project parking and traffic regulations shall be complied with. 9. Crane booms shall be lowered at the end of single shifts or secured against movement by attaching the hoist line to a fixed structure. 10. Specific air sampling shall be performed to determine the presence of toxic materials or dusts, flannnable atmosphere and adequate oxygen content, in accordance with project procedures. Respirators, safety harnesses, lifelines, standby personnel, and permits shall be used when appropriate. 11. Personnel involved in activities which require the use of an Air Purifying Respirator (APR) shall not have facial hair which interferes with the respirator's face seal. 12. The Contractor shall provide to the Site Manager a copy of MSDSs for all hazardous materials prior to their use at the site. 13. Back-up alarms shall be provided on all construction vehicles and equipment and shall alarm continuously while the vehicle or equipment is in reverse motion. For equipment not equipped with a back-up alarm, a spotter shall be used. 14. All portable generators shall have frames externally grounded or other means to ensure there is no potential for circuit to frame conductivity. 15. All electrical services used in conjunction with field activities shall be equipped with Ground Fault Circuit Interrupters (GFCI). 16. Compliance with the following fire prevention measures is mandatory: a. Smoking is permitted only in specific areas as designated in project rules and procedures. b. Open fires are prohibited. Temporary gas-fired heaters shall not be used in enclosed areas. Only UL and NFPA approved petroleum and/or electrically fired heating devices will be authorized for use. C. Hot work permits shall be required for all flame and spark producing work tasks. d. Debris, scrap,and refuse shall be segregated and controlled in metal containers and removed at appropriate intervals. Any potential fire hazard shall be controlled. e. Each Contractor is responsible for maintaining and cleaning their work area. All walkways shall be kept clean and free of obstructions. Broken/spilled,scrap or other waste materials shall be placed in appropriate containers or waste areas as soon as practical after they are generated. £ Flatmnable liquids shall be kept in UL approved safety containers and properly labeled as to contents. g. Flammable and combustible materials shall be stored in designated locations that meet Federal, State and local regulations. h. All equipment such as cranes, trucks,bulldozers,graders,loaders and backhoes shall be equipped with proper fire extinguishers. i. The use of heavy equipment with internal combustion engines is prohibited within enclosed areas. 17. Only the number of persons provided with proper seats shall ride in a vehicle. No one shall ride on running boards, stand on moving equipment or ride on a vehicle other than in a proper seated position. Westside WTP Plate Settler Expansion Project Governmental Safety Requirements City of Fort Worth 013526-6 100%Submittal ©2019 CDM Smith 0515-239525 All Rights Reserved 9/16/20 18. The swing radius of all heavy equipment such as cranes, back hoes, etc. shall be clearly barricaded. 19. The contractor shall provide 100% fall protection for fall exposures greater than 6 ft in accordance with project procedures. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION 3.1 CERTIFICATION OF COMPLIANCE WITH OSHA SEC. 1926.62 LEAD A. Execute the following form as required by this Specification. CERTIFICATION OF COMPLIANCE WITH OSHA SEC. 1926.62 LEAD The undersigned hereby certifies that he/she is certified as an industrial hygienist(CIH)by the American Board of Industrial Hygiene and that he/she has been employed by(Name of Contractor) to perform an exposure assessment and develop a compliance program in accordance with OSHA Sec. 1926.62 Lead for the (Name of Project) The undersigned further certifies that he/she has performed the exposure assessment and developed and implemented the compliance program in strict accordance with OSHA Sec. 1926.62 and in conformance with all applicable local, state and federal codes,rules and regulations and that his/her signature has been affixed to all documents required. The undersigned hereby agrees to make available all originals of the exposure assessment, compliance program including but not limited to training documentation, lead removal work plan and any other records/documents required to comply with OSHA Sec. 1926.62 to the(Insert Name of Owner) or Owner's representative within seven(7) days following written request therefor by the Owner. Certified Industrial Hygienist Signature Address Contractor's Name Signature Title Address END OF SECTION 013526 Westside WTP Plate Settler Expansion Project Governmental Safety Requirements City of Fort Worth 013526-7 100%Submittal 02019 CDM Smith 0515-239525 All Rights Reserved 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Governmental Safety Requirements City of Fort Worth 013526-8 100%Submittal 01 45 23-1 TESTING AND INSPECTION SERVICES Pagel of 3 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1 9 2. Added 1.2.A.2 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Unit Price-Work associated with this Item is considered subsidiary to the various 16 Items bid. No separate payment will be allowed for this Item. 17 a. In accordance with Article 13 of the General Conditions, Contractor is 18 responsible for performing,coordinating, and payment of all inspections, 19 tests, re-tests, or approvals. 20 b. In accordance with Article 13 of the General Conditions,City is 21 responsible for performing and payment for first set additional 22 independent testing chosen by the City to be performed. 23 1) If the first independent test performed by the City fails, the 24 Contractor is responsible for payment of subsequent testing until a 25 passing test occurs. 26 a) Final acceptance will not be issued by City until all required 27 payments for testing by Contractor have been paid in full. 28 2. Lump Sum Price-Work associated with this Item is included in the total lump 29 sum price. 30 a. In accordance with Article 13 of the General Conditions, Contractor is 31 responsible for performing,coordinating, and payment of all inspections, 32 tests, re-tests, or approvals. 33 b. In accordance with Article 13 of the General Conditions, City is 34 responsible for performing and payment for first set independent testing 35 chosen by the City to be performed. 36 1) If the first independent test performed by the City fails,the Contractor 37 is responsible for payment of subsequent testing until a passing test 38 occurs. 39 a) Final acceptance will not be issued by City until all required 40 payments for testing by Contractor have been paid in full. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 3 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS 3 A. Testing 4 1. Complete testing in accordance with the Contract Documents. 5 2. Coordination 6 a. When testing is required to be performed by the City,notify City, sufficiently 7 in advance,when testing is needed. 8 b. When testing is required to be completed by the Contractor, notify City, 9 sufficiently in advance,that testing will be performed. 10 3. Distribution of Testing Reports 11 a. Electronic Distribution 12 1) Confirm development of Project directory for electronic submittals to be 13 uploaded to City's Buzzsaw site, or another external FTP site approved by 14 the City. 15 2) Upload test reports to designated project directory and notify appropriate 16 City representatives via email of submittal posting. 17 3) Hard Copies 18 a) 1 copy for all submittals submitted to the Project Representative 19 b. Hard Copy Distribution(if required in lieu of electronic distribution) 20 1) Tests performed by City 21 a) Distribute 1 hard copy to the Contractor 22 2) Tests performed by the Contractor 23 a) Distribute 3 hard copies to City's Project Representative 24 4. Provide City's Project Representative with trip tickets for each delivered load of 25 Concrete or Lime material including the following information: 26 a. Name of pit 27 b. Date of delivery 28 c. Material delivered 29 B. Inspection 30 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 31 perform work in accordance with the Contract Documents. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 014523-3 TESTING AND INSPECTION SERVICES Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 THIS PAGE INTENTIONALLY LEFT BLANK 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Pagel o1`4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including,but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Modified 1.2.A.1 15 2. Added 1.2.A.2 16 3. Added IA.C.7 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Unit Price-Work associated with this Item is considered subsidiary to the various 23 items bid. No separate payment will be allowed for this Item. 24 2. Lump Sum Price-Work associated with this Item is included in the total lump 25 sum price. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Temporary Utilities 29 1. Obtaining Temporary Service 30 a. Make arrangements with utility service companies for temporary services. 31 b. Abide by rules and regulations of utility service companies or authorities 32 having jurisdiction. 33 c. Be responsible for utility service costs until Work is approved for Final 34 Acceptance. 35 1) Included are fuel,power, light,heat and other utility services necessary for 36 execution, completion,testing and initial operation of Work. 37 2. Water CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 or4 I a. Contractor to provide water required for and in connection with Work to be 2 performed and for specified tests of piping, equipment, devices or other use as 3 required for the completion of the Work. 4 b. Provide and maintain adequate supply of potable water for domestic 5 consumption by Contractor personnel and City's Project Representatives. 6 c. Coordination 7 1) Contact City 1 week before water for construction is desired 8 d. Contractor Payment for Construction Water 9 1) Obtain construction water meter from City for payment as billed by City's 10 established rates. 11 3. Electricity and Lighting 12 a. Provide and pay for electric powered service as required for Work, including 13 testing of Work. 14 1) Provide power for lighting, operation of equipment, or other use. 15 b. Electric power service includes temporary power service or generator to 16 maintain operations during scheduled shutdown. 17 4. Telephone 18 a. Provide emergency telephone service at Site for use by Contractor personnel 19 and others performing work or fiunishing services at Site. 20 5. Temporary Heat and Ventilation 21 a. Provide temporary heat as necessary for protection or completion of Work. 22 b. Provide temporary heat and ventilation to assure safe working conditions. 23 B. Sanitary Facilities 24 1. Provide and maintain sanitary facilities for persons on Site. 25 a. Comply with regulations of State and local departments of health. 26 2. Enforce use of sanitary facilities by construction personnel at job site. 27 a. Enclose and anchor sanitary facilities. 28 b. No discharge will be allowed from these facilities. 29 c. Collect and store sewage and waste so as not to cause nuisance or health 30 problem. 31 d. Haul sewage and waste off-site at no less than weekly intervals and properly 32 dispose in accordance with applicable regulation. 33 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 34 4. Remove facilities at completion of Project 35 C. Storage Sheds and Buildings 36 1. Provide adequately ventilated,watertight, weatherproof storage facilities with floor 37 above ground level for materials and equipment susceptible to weather damage. 38 2. Storage of materials not susceptible to weather damage may be on blocks off 39 ground. 40 3. Store materials in a neat and orderly manner. 41 a. Place materials and equipment to permit easy access for identification, 42 inspection and inventory. 43 4. Equip building with lockable doors and lighting, and provide electrical service for 44 equipment space heaters and heating or ventilation as necessary to provide storage 45 environments acceptable to specified manufacturers. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of4 1 5. Fill and grade site for temporary structures to provide drainage away from 2 temporary and existing buildings. 3 6. Remove building from site prior to Final Acceptance. 4 7. A field office is required for this project. 5 D. Temporary Fencing 6 1. Provide and maintain for the duration or construction when required in contract 7 documents 8 E. Dust Control 9 1. Contractor is responsible for maintaining dust control through the duration of the 10 project. 11 a. Contractor remains on-call at all times 12 b. Must respond in a timely manner 13 F. Temporary Protection of Construction 14 1. Contractor or subcontractors are responsible for protecting Work from damage due 15 to weather. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION [NOT USED] 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 3.4 INSTALLATION 30 A. Temporary Facilities 31 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 50 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of4 1 3.5 [REPAIR] / [RESTORATION] 2 3.6 RE-INSTALLATION 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work,to a 10 condition equal to or better than prior to start of Work. 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 015713-1 STORM WATER POLLUTION PREVENTION Pagel of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.l.a 9 2. Added 1.2.A.Lb 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 3125 00—Erosion and Sediment Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Construction Activities resulting in less than 1 acre of disturbance 18 a. Unit Price-Work associated with this Item is considered subsidiary to the 19 various Items bid. No separate payment will be allowed for this Item. 20 b. Lump Sum Price-Work associated with this Item is included in the total 21 lump sum price. 22 2. Construction Activities resulting in greater than 1 acre of disturbance 23 a. Measurement and Payment shall be in accordance with Section 3125 00. 24 1.3 REFERENCES 25 A. Abbreviations and Acronyms 26 1. Notice of Intent: NOI 27 2. Notice of Termination: NOT 28 3. Storm Water Pollution Prevention Plan: SWPPP 29 4. Texas Commission on Environmental Quality: TCEQ 30 5. Notice of Change: NOC 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification,unless a date is specifically cited. 35 2. Integrated Storm Management(iSWM) Technical Manual for Construction 36 Controls CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. General 3 1. Contractor is responsible for resolution and payment of any fines issued associated 4 with compliance to Stormwater Pollution Prevention Plan. 5 B. Construction Activities resulting in: 6 1. Less than 1 acre of disturbance 7 a. Provide erosion and sediment control in accordance with Section 3125 00 and 8 Drawings. 9 2. 1 to less than 5 acres of disturbance 10 a. Texas Pollutant Discharge Elimination System (TPDES) General Constriction 11 Permit is required 12 b. Complete SWPPP in accordance with TCEQ requirements 13 1) TCEQ Small Construction Site Notice Required under general permit 14 TXR150000 15 a) Sign and post at job site 16 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 17 Transportation and Public Works,Envirorunental Division, (817) 392- 18 6088. 19 2) Provide erosion and sediment control in accordance with: 20 a) Section 3125 00 21 b) The Drawings 22 c) TXR150000 General Permit 23 d) SWPPP 24 e) TCEQ requirements 25 3. 5 acres or more of Disturbance 26 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 27 Permit is required 28 b. Complete SWPPP in accordance with TCEQ requirements 29 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 30 a) Sign and post at job site 31 b) Send copy to City Department of Transportation and Public Works, 32 Environmental Division, (817) 392-6088. 33 2) TCEQ Notice of Change required if malting changes or updates to NOI 34 3) Provide erosion and sediment control in accordance with: 35 a) Section 3125 00 36 b) The Drawings 37 c) TXR150000 General Permit 38 d) SWPPP 39 e) TCEQ requirements 40 4) Once the project has been completed and all the closeout requirements of 41 TCEQ have been met a TCEQ Notice of Termination can be submitted. 42 a) Send copy to City Department of Transportation and Public Works, 43 Environmental Division, (817) 392-6088. 44 1.5 SUBMITTALS 45 A. SWPPP 46 1. Submit in accordance with Section 01 33 00, except as stated herein. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 2 as follows: 3 1) 1 copy to the City Project Manager 4 a) City Project Manager will forward to the City Department of 5 Transportation and Public Works,Environmental Division for review 6 B. Modified SWPPP 7 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 8 in accordance with Section 01 33 00. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 20 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 THIS PAGE INTENTIONALLY LEFT BLANK 01 59 13- 1 TEMPORARY PROJECT SIGNAGE Paget of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1 9 2. Added 1.2.A.2 10 3. Modified 2.2.A.1 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Unit Price-Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item. 18 2. Lump Sum Price-Work associated with this Item is included in the total lump 19 sum price. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 58 13-2 TEMPORARY PROJECT SiGNAGE Page 2 of 3 I PART 2- PRODUCTS 2 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES,AND MATERIALS 4 A. Design Criteria 5 1. Provide free standing Project Designation Sign in accordance with City's Standard 6 Details for project signs for Water Department projects. 7 B. Materials 8 1. Sign 9 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. General 18 1. Provide vertical installation at extents of project. 19 2. Relocate sign as needed,upon request of the City. 20 B. Mounting options 21 a. Skids 22 b. Posts 23 c. Barricade 24 3.5 REPAIR/RESTORATION [NOT USED] 25 3.6 RE-INSTALLATION [NOT USED] 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 59 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 3.13 MAINTENANCE 2 A. General 3 1. Maintenance will include painting and repairs as needed or directed by the City. 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 THIS PAGE INTENTIONALLY LEFT BLANK 01 60 00-1 PRODUCT REQUIREMENTS Pagel of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02- Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 6000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 7 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 66 00-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. Modified 1.2.A.1 13 2. Added 1.2.A.2 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Unit Price-Work associated with this Item is considered subsidiary to the various 20 items bid. No separate payment will be allowed for this Item. 21 2. Lump Sum Price-Work associated with this Item is included in the total lump 22 sum price. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY AND HANDLING 31 A. Delivery Requirements 32 1. Schedule delivery of products or equipment as required to allow timely installation 33 and to avoid prolonged storage. 34 2. Provide appropriate personnel and equipment to receive deliveries. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 1 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 2 for personnel or equipment to receive the delivery. 3 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 4 containers designed and constructed to protect the contents from physical or 5 environmental damage. 6 5. Clearly and frilly marls and identify as to manufacturer,item and installation 7 location. 8 6. Provide manufacturer's instructions for storage and handling. 9 B. Handling Requirements 10 1. Handle products or equipment in accordance with these Contract Documents and 11 manufacturer's reconuuendations and instructions. 12 C. Storage Requirements 13 1. Store materials in accordance with manufacturer's recommendations and 14 requirements of these Specifications. 15 2. Make necessary provisions for safe storage of materials and equipment. 16 a. Place loose soil materials and materials to be incorporated into Work to prevent 17 damage to any part of Work or existing facilities and to maintain free access at 18 all times to all parts of Work and to utility service company installations in 19 vicinity of Work. 20 3. Deep materials and equipment neatly and compactly stored in locations that will 21 cause minimum inconvenience to other contractors, public travel, adjoining owners, 22 tenants and occupants. 23 a. Arrange storage to provide easy access for inspection. 24 4. Restrict storage to areas available on construction site for storage of material and 25 equipment as shown on Drawings, or approved by City's Project Representative. 26 5. Provide off-site storage and protection when on-site storage is not adequate. 27 a. Provide addresses of and access to off-site storage locations for inspection by 28 City's Project Representative. 29 6. Do not use lawns, grass plots or other private property for storage purposes without 30 written permission of owner or other person in possession or control of premises. 31 7. Store in manufacturers' unopened containers. 32 8. Neatly, safely and compactly stack materials delivered and stored along line of 33 Work to avoid inconvenience and damage to property owners and general public 34 and maintain at least 3 feet from fire hydrant. 35 9. Keep public and private driveways and street crossings open. 36 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 37 satisfaction of City's Project Representative. 38 a. Total length which materials may be distributed along route of construction at 39 one time is 1,000 linear feet,unless otherwise approved in writing by City's 40 Project Representative. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 70 00-1 MOBILIZATION AND REMOBILIZATION Pagel of4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel,equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 70 00-2 MOBILIZATION AND REMOBILIZATION Page 2 of4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measurement and Payment 28 1) Work associated with this Item is considered subsidiary to the various 29 Items bid. No separate payment will be allowed for this item. 30 2. Remobilization for suspension of Work as specifically required in the Contract 31 Documents 32 a. Measurement 33 1) Measurement for this Item shall be per each remobilization performed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under"Measurement"will be paid for at the unit 37 price per each"Specified Remobilization"in accordance with Contract 38 Documents. 39 c. The price shall include: 40 1) Demobilization as described in Section 1.1.A.2.a.1) 41 2) Remobilization as described in Section 1.1.A.2.a.2) 42 d. No payments will be made for standby, idle time, or lost profits associated this 43 Item. 44 3. Remobilization for suspension of Work as required by City 45 a. Measurement and Payment CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 7000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 1) This shall be submitted as a Contract Claim in accordance with Article 10 2 of Section 00 72 00 General Conditions. 3 2) No payments will be made for standby, idle time, or lost profits associated 4 with this Item. 5 4. Mobilizations and Demobilizations for Miscellaneous Projects 6 a. Measurement 7 1) Measurement for this Item shall be for each Mobilization and 8 Demobilization required by the Contract Documents 9 b. Payment 10 1) The Work performed and materials furnished in accordance with this Item 11 and measured as provided under"Measurement"will be paid for at the unit 12 price per each"Work Order Mobilization" in accordance with Contract 13 Documents. Demobilization shall be considered subsidiary to mobilization 14 and shall not be paid for separately. 15 c. The price shall include: 16 1) Mobilization as described in Section 1.1.A.3.a.1) 17 2) Demobilization as described in Section 1.1.A.3.a.2) 18 d. No payments will be made for standby, idle time, or lost profits associated this 19 Item. 20 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 21 a. Measurement 22 1) Measurement for this Item shall be for each Mobilization and 23 Demobilization required by the Contract Documents 24 b. Payment 25 1) The Work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement"will be paid for at the unit 27 price per each"Work Order Emergency Mobilization"in accordance with 28 Contract Documents. Demobilization shall be considered subsidiary to 29 mobilization and shall not be paid for separately. 30 c. The price shall include 31 1) Mobilization as described in Section 1.1.A.4.a) 32 2) Demobilization as described in Section 1.1.A.3.a.2) 33 d. No payments will be made for standby, idle time, or lost profits associated this 34 Item. 35 1.3 REFERENCES [NOT USED] 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 39 1.7 CLOSEOUT SUBMITTALS [NOT USED] 40 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 41 1.9 QUALITY ASSURANCE [NOT USED] 42 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 43 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 7000-4 MOBILIZATION AND REMOBILIZATION Page 4 of4 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 6 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 7423-1 CLEANING Pagel of4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.1 10 2. Added 1.2.A.2 11 3. Modified 3.10.D.2 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Unit Price-Work associated with this Item is considered subsidiary to the various 19 Items bid. No separate payment will be allowed for this Item. 20 2. Lump Sum Price-Work associated with this Item is included in the total lump 21 sum price. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Scheduling 25 1. Schedule cleaning operations so that dust and other contaminants disturbed by 26 cleaning process will not fall on newly painted surfaces. 27 2. Schedule final cleaning upon completion of Work and immediately prior to final 28 inspection. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 7423-2 CLEANING Page 2 of 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 STORAGE,AND HANDLING 7 A. Storage and Handling Requirements 8 1. Store cleaning products and cleaning wastes in containers specifically designed for 9 those materials. 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Cleaning Agents 16 1. Compatible with surface being cleaned 17 2. New and uncontaminated 18 3. For manufactured surfaces 19 a. Material recommended by manufacturer CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 74 23-3 CLEANING Page 3 of 4 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 APPLICATION [NOT USED] 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING 14 A. General 15 1. Prevent accumulation of wastes that create hazardous conditions. 16 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 17 governing authorities. 18 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 19 storm or sanitary drains or sewers. 20 4. Dispose of degradable debris at an approved solid waste disposal site. 21 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 22 alternate manner approved by City and regulatory agencies. 23 6. Handle materials in a controlled manner with as few handlings as possible. 24 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 25 this project. 26 8. Remove all signs of temporary construction and activities incidental to construction 27 of required permanent Work. 28 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 29 have the cleaning completed at the expense of the Contractor. 30 10. Do not burn on-site. 31 B. Intermediate Cleaning during Construction 32 1. Keep Work areas clean so as not to hinder health, safety or convenience of 33 personnel in existing facility operations. 34 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 35 3. Confine construction debris daily in strategically located container(s): 36 a. Cover to prevent blowing by wind CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 7423-4 CLEANING Page 4 of 4 1 b. Store debris away from construction or operational activities 2 c. Haul from site at a minimum of once per week 3 4. Vacuum clean interior areas when ready to receive finish painting. 4 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 5 5. Prior to storm events, thoroughly clean site of all loose or unsecured items,which 6 may become airborne or transported by flowing water during the storm. 7 C. Interior Final Cleaning 8 1. Remove grease,mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 9 foreign materials from sight-exposed surfaces. 10 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 11 3. Wash and shine glazing and mirrors. 12 4. Polish glossy surfaces to a clear shine. 13 5. Ventilating systems 14 a. Clean permanent filters and replace disposable filters if units were operated 15 during construction. 16 b. Clean ducts,blowers and coils if units were operated without filters during 17 construction. 18 6. Replace all burned out lamps. 19 7. Broom clean process area floors. 20 8. Mop office and control room floors. 21 D. Exterior(Site or Right of Way)Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re-seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep flatwork, paving, and roadway to remove all rocks,pieces of asphalt, 26 concrete or any other object that may hinder or disrupt the flow of traffic along the 27 roadway. 28 3. Clean any interior areas including, but not limited to,vaults, manholes, structures, 29 junction boxes and inlets. 30 4. If no longer required for maintenance of erosion facilities, and upon approval by 31 City, remove erosion control from site. 32 5. Clean signs, lights, signals, etc. 33 3.11 -3.14 [NOT USED] 34 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 35 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 77 19-1 CLOSEOUT REQUIREMENTS Pagel of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1 9 2. Added 1.2.A.2 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Unit Price-Work associated with this Item is considered subsidiary to the various 16 Items bid. No separate payment will be allowed for this Item. 17 2. Lump Sum Price-Work associated with this Item is included in the total lump 18 sum price. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Guarantees,Bonds and Affidavits 22 1. No application for final payment will be accepted until all guarantees, bonds, 23 certificates, licenses and affidavits required for Work or equipment as specified are 24 satisfactorily filed with the City. 25 B. Release of Liens or Claims 26 1. No application for final payment will be accepted until satisfactory evidence of 27 release of liens has been submitted to the City. 28 1.5 SUBMITTALS 29 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City,in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 It. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 THIS PAGE INTENTIONALLY LEFT BLANK 01 7823-I OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations fi•om this City of Fort Worth Standard Specification 13 1. Modified 1.2.A.1 14 2. Added 1.2.A.2 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES i i 19 A. Measurement and Payment 20 1. Unit Price-Work associated with this Item is considered subsidiary to the various 21 Items bid. No separate payment will be allowed for this Item. 22 2. Lump Sum Price-Work associated with this Item is included in the total lump 23 sum price. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Schedule 27 1. Submit manuals in final form to the City within 30 calendar days of product 28 shipment to the project site. 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 01 33 00 . All Submittals shall be 31 approved by the City prior to delivery. 32 1.6 INFORMATIONAL SUBMITTALS 33 A. Submittal Form 34 1. Prepare data in form of an instructional manual for use by City personnel. 35 2. Format 36 a. Size: 8 '/2 inches x 11 inches 37 b. Paper CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 7823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 1) 40 pound minimum,white, for typed pages 2 2) Holes reinforced with plastic, cloth or metal 3 c. Text: Manufacturer's printed data, or neatly typewritten 4 d. Drawings 5 1) Provide reinforced punched binder tab, bind in with text 6 2) Reduce larger drawings and fold to size of text pages. 7 e. Provide fly-leaf for each separate product, or each piece of operating 8 equipment. 9 1) Provide typed description of product, and major component parts of 10 equipment. 11 2) Provide indexed tabs. 12 f. Cover 13 1) Identify each volume with typed or printed title "OPERATING AND 14 MAINTENANCE INSTRUCTIONS". 15 2) List: 16 a) Title of Project 17 b) Identity of separate structure as applicable 18 c) Identity of general subject matter covered in the manual 19 3. Binders 20 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 21 b. When multiple binders are used, correlate the data into related consistent 22 groupings. 23 4. If available,provide an electronic form of the O&M Manual. 24 B. Manual Content 25 1. Neatly typewritten table of contents for each volume, arranged in systematic order 26 a. Contractor,name of responsible principal, address and telephone number 27 b. A list of each product required to be included, indexed to content of the volume 28 c. List,with each product: 29 1) The name, address and telephone number of the subcontractor or installer 30 2) A list of each product required to be included, indexed to content of the 31 volume 32 3) Identify area of responsibility of each 33 4) Local source of supply for parts and replacement 34 d. Identify each product by product name and other identifying symbols as set 35 forth in Contract Documents. 36 2. Product Data 37 a. Include only those sheets which are pertinent to the specific product. 38 b. Annotate each sheet to: 39 1) Clearly identify specific product or part installed 40 2) Clearly identify data applicable to installation 41 3) Delete references to inapplicable information 42 3. Drawings 43 a. Supplement product data with drawings as necessary to clearly illustrate: 44 1) Relations of component parts of equipment and systems 45 2) Control and flow diagrams 46 b. Coordinate drawings with information in Project Record Documents to assure 47 correct illustration of completed installation. 48 c. Do not use Project Record Drawings as maintenance drawings. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 4. Written text, as required to supplement product data for the particular installation: 2 a. Organize in consistent format under separate headings for different procedures. 3 b. Provide logical sequence of instructions of each procedure. 4 5. Copy of each warranty, bond and service contract issued 5 a. Provide information sheet for City personnel giving: 6 1) Proper procedures in event of failure 7 2) Instances which might affect validity of warranties or bonds 8 C. Manual for Materials and Finishes 9 1. Submit 5 copies of complete manual in final form. 10 2. Content, for architectural products, applied materials and finishes: 11 a. Manufacturer's data, giving full information on products 12 1) Catalog number, size, composition 13 2) Color and texture designations 14 3) Information required for reordering special manufactured products 15 b. Instructions for care and maintenance 16 1) Manufacturer's recommendation for types of cleaning agents and methods 17 2) Cautions against cleaning agents and methods which are detrimental to 18 product 19 3) Recommended schedule for cleaning and maintenance 20 3. Content, for moisture protection and weather exposure products: 21 a. Manufacturer's data, giving full information on products 22 1) Applicable standards 23 2) Chemical composition 24 3) Details of installation 25 b. Instructions for inspection,maintenance and repair 26 D. Manual for Equipment and Systems 27 1. Submit 5 copies of complete manual in final form. 28 2. Content, for each unit of equipment and system, as appropriate: 29 a. Description of unit and component parts 30 1) Function,normal operating characteristics and limiting conditions 31 2) Performance curves, engineering data and tests 32 3) Complete nomenclature and commercial number of replaceable parts 33 b. Operating procedures 34 1) Start-up, break-in,routine and normal operating instructions 35 2) Regulation, control, stopping, shut-down and emergency instructions 36 3) Summer and winter operating instructions 37 4) Special operating instructions 38 c. Maintenance procedures 39 1) Routine operations 40 2) Guide to "trouble shooting" 41 3) Disassembly, repair and reassembly 42 4) Alignment, adjusting and checking 43 d. Servicing and lubrication schedule 44 1) List of lubricants required 45 e. Manufacturer's printed operating and maintenance instructions 46 f. Description of sequence of operation by control manufacturer 47 1) Predicted life of parts subject to wear 48 2) Items recommended to be stocked as spare parts CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 7823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 g. As installed control diagrams by controls manufacturer 2 h. Each contractor's coordination drawings 3 1) As installed color coded piping diagrams 4 i. Charts of valve tag numbers,with location and function of each valve 5 j. List of original manufacturer's spare parts,manufacturer's current prices, and 6 recommended quantities to be maintained in storage 7 k. Other data as required under pertinent Sections of Specifications 8 3. Content, for each electric and electronic system, as appropriate: 9 a. Description of system and component parts 10 1) Function,normal operating characteristics, and limiting conditions 11 2) Performance curves, engineering data and tests 12 3) Complete nomenclature and commercial number of replaceable pants 13 b. Circuit directories of panelboards 14 1) Electrical service 15 2) Controls 16 3) Communications 17 c. As installed color coded wiring diagrams 18 d. Operating procedures 19 1) Routine and normal operating instructions 20 2) Sequences required 21 3) Special operating instructions 22 e. Maintenance procedures 23 1) Routine operations 24 2) Guide to "trouble shooting" 25 3) Disassembly,repair and reassembly 26 4) Adjustment and checking 27 f. Manufacturer's printed operating and maintenance instructions 28 g. List of original manufacturer's spare parts,manufacturer's current prices, and 29 recommended quantities to be maintained in storage 30 h. Other data as required under pertinent Sections of Specifications 31 4. Prepare and include additional data when the need for such data becomes apparent 32 during instruction of City's personnel. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Provide operation and maintenance data by personnel with the following criteria: 37 1. Trained and experienced in maintenance and operation of described products 38 2. Skilled as technical writer to the extent required to communicate essential data 39 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 7823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed 8 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 THIS PAGE INTENTIONALLY LEFT BLANK 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 5 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations fi•om this City of Fort Worth Standard Specification 13 1. Modified 1.2.A.1 14 2. Added 1.2.A.2 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Unit Price-Work associated with this Item is considered subsidiary to the various 21 Items bid. No separate payment will be allowed for this Item. 22 2. Lump Sum Price-Work associated with this Item is included in the total lump 23 sum price. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.5 SUBMITTALS 27 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 28 City's Project Representative. 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Accuracy of Records 34 1. Thoroughly coordinate changes within the Record Documents,making adequate 35 and proper entries on each page of Specifications and each sheet of Drawings and 36 other Documents where such entry is required to show the change properly. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 78 39-2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such that future search for items shown in the Contract 2 Documents may rely reasonably on information obtained from the approved Project 3 Record Documents. 4 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 5 information that the change has occurred. 6 4. Provide factual information regarding all aspects of the Work,both concealed and 7 visible,to enable future modification of the Work to proceed without lengthy and 8 expensive site measurement, investigation and examination. 9 1.10 STORAGE AND HANDLING 10 A. Storage and Handling Requirements 11 1. Maintain the job set of Record Documents completely protected from deterioration 12 and from loss and damage until completion of the Work and transfer of all recorded 13 data to the final Project Record Documents. 14 2. In the event of loss of recorded data, use means necessary to again secure the data 15 to the City's approval. 16 a. In such case, provide replacements to the standards originally required by the 17 Contract Documents. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 22 2.2 RECORD DOCUMENTS 23 A. Job set 24 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 25 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 26 B. Final Record Documents 27 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set, identify each of the Documents with the 10 title, "RECORD DOCUMENTS -JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time,the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed, devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City, until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 21 clearly mark any deviations from Contract Documents associated with 22 installation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents. 25 b. Use an erasable colored pencil(not ink or indelible pencil), clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries. 28 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes,use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings, arrangements of conduits, circuits,piping, 33 ducts, and similar items, are shown schematically and are not intended to 34 portray precise physical layout. 35 1) Final physical arrangement is determined by the Contractor, subject to the 36 City's approval. 37 2) However, design of future modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings. 40 b. Show on the job set of Record Drawings,by dimension accurate to within 1 41 inch,the centerline of each run of items. 42 1) Final physical arrangement is determined by the Contractor, subject to the 43 City's approval. CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 01 78 39-4 PROJECT RECORD DOCUMENTS Page 4 of 5 1 2) Show,by symbol or note, the vertical location of the Item ("under slab", "in 2 ceiling plenum", "exposed", and the like). 3 3) Make all identification sufficiently descriptive that it may be related 4 reliably to the Specifications. 5 c. The City may waive the requirements for conversion of schematic layouts 6 where, in the City's judgment, conversion serves no useful purpose. However, 7 do not rely upon waivers being issued except as specifically issued in writing 8 by the City. 9 B. Final Project Record Documents 10 1. Transfer of data to Drawings I I a. Carefully transfer change data shown on the job set of Record Drawings to the 12 corresponding final documents, coordinating the changes as required. 13 b. Clearly indicate at each affected detail and other Drawing a full description of 14 changes made during construction, and the actual location of items. 15 c. Call attention to each entry by drawing a "cloud" around the area or areas 16 affected. 17 d. Make changes neatly,consistently and with the proper media to assure 18 longevity and clear reproduction. 19 2. Transfer of data to other Documents 20 a. If the Documents, other than Drawings, have been kept clean during progress of 21 the Work, and if entries thereon have been orderly to the approval of the City, 22 the job set of those Documents, other than Drawings, will be accepted as final 23 Record Documents. 24 b. If any such Document is not so approved by the City, secure a new copy of that 25 Document from the City at the City's usual charge for reproduction and 26 handling,and carefully transfer the change data to the new copy to the approval 27 of the City. 28 3.5 REPAIR/RESTORATION [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] 38 END OF SECTION 39 CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 017839-5 PROJECT RECORD DOCUMENTS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 1 i I i CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 THIS PAGE INTENTIONALLY LEFT BLANK 0515-239525 9/16/20 SECTION 018819 -TIGHTNESS TESTING PERFORMANCE REQUIREMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Tightness testing of cast-in-place reinforced concrete liquid retaining structures. B. Related Requirements: 1. Section 330110 -Disinfection of Potable Water Utilities. 2. Section 331300 -Disinfecting of Water Utility Distribution. 3. Section 400551 -Common Requirements for Process Valves. 1.3 PRETESTING MEETINGS A. Pretesting Conference: Conduct conference at Westside Water Treatment Plant. 1. Discuss: a. Testing methods to be used. b. Measurement of precipitation and evaporation. C. Pre-testing preparations. d. Water filling and disposal operations, including coordination with Owner. e. Cleanup activities. f. Emergency actions, in case they are required. g. Procedures necessary to obtain a specified special warranty. 2. Attendees: a. Owner. b. Resident Engineer. C. Contractor. d. Engineer. 1.4 INFORMATIONAL SUBMITTALS A. Submit in accordance with Section 0 13 300: Westside WTP Plate Settler Expansion Project Tightness Testing Performance Requirements City of Fort Worth 018819- 1 100%Submittal 0515-239525 9/16/20 FIGURE A TIGHTNESS TEST REPORT PROJECT SUBMITTED BY STRUCTURE * TEST DATES Allowable loss of water volume percent in 24 hours Measured loss of water volume percent in 24 hours TEST READINGS Water Temperature at Start degrees F Water Temperature at End degrees F Operating Water Surface Level Water Surface Elevation Entry Date** Time Location 1 Location 2 Location 3 Location 4 Initials** 0 1 2 3 4 5 Change in level difference between entry 5 and entry 0 Average change in level sum of change in level/4 Correction for precipitation/evaporation Corrected change in level=CL= Measured percent water loss in 24 hrs. _ (CL)x(surface area)x 100) (initial water volume) (number of test days) Notes and Field Observations ** * Attach a sketch showing a plan of structure and measurement locations. ** Place date and initials at the beginning of each entry. END OF TIGHTNESS TEST REPORT FORM Westside WTP Plate Settler Expansion Project Tightness Testing Performance Requirements City of Fort Worth 018819-6 100%Submittal 0515-239525 9/16/20 SECTION 055000 -METAL FABRICATIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Steel framing and supports for mechanical and electrical equipment. 2. Steel framing and supports for applications where fi•aming and supports are not specified in other Sections. 3. Steel beams. 4. Steel angles. 5. Steel support brackets. 6. Steel base plates for other than structural steel or equipment. 7. Miscellaneous items fabricated from steel, aluminum, or stainless steel. 8. Aluminum beams. 9. Aluminum angles. 10. Aluminum closure angles. 11. Stainless steel beams. 12. Stainless steel angles. 13. Steel pipe pieces for sleeves. 14. Metal ladders. B. Related Requirements: 1. Various Sections in Divisions 40 -46 for process mechanical work scopes. 1.3 COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another. B. Coordinate installation of metal fabrications that are anchored to or that receive other work. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete. Deliver such items to Project site in time for installation. Westside WTP Plate Settler Expansion Project Metal Fabrications City of Fort Worth 055000- 1 100%Submittal 0515-239525 9/16/20 1.4 ACTION SUBMITTALS A. Product Data: For the following: 1. Paint products. B. Shop Drawings: Show fabrication and installation details. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. Provide Shop Drawings for the following: 1. Steel framing and supports for mechanical and electrical equipment. 2. Steel framing and supports for applications where framing and supports are not specified in other Sections. 3. Metal ladders. 4. Miscellaneous steel items. 5. Miscellaneous aluminum items. 6. Miscellaneous stainless steel items. C. Delegated-Design Submittal: For ladders and platforms, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation, see Contract Drawings for associated requirement 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For professional engineer, see Structural Drawing S-Series B. Mill Certificates: Signed by aluminum, steel and stainless steel manufacturers, certifying that products furnished comply with requirements. C. Welding certificates. 1. Certify that welders have been qualified under AWS, within previous 12 months, to perform welds required under this Section. D. Paint Compatibility Certificates: From manufacturers of topcoats applied over shop primers, certifying that shop primers are compatible with topcoats. 1.6 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1/D1.1M, "Structural Welding Code- Steel." 2. AWS D1.2/D1.2M, "Structural Welding Code-Aluminum." 3. AWS D1.6/D1.6M, "Structural Welding Code- Stainless steel." Westside WTP Plate Settler Expansion Project Metal Fabrications City of Fort Worth 055000-2 100%Submittal 0515-239525 9/16/20 C. Evaluation Reports: Post-installed concrete anchors, from ICC-ES for adhesive anchor system, for installation into cracked concrete, as applicable, indicating conformance with current ICC ES Acceptance Criteria. 1.7 FIELD CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication. PART2 -PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Contract Drawings (S- Series). B. Structural Performance of Aluminum Ladders: Aluminum ladders shall withstand the effects of loads and stresses within limits and under conditions specified in ANSI A14.3. C. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes acting on exterior metal fabrications by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. 1. Temperature Change: 120 deg F, ambient; 180 deg F,material surfaces. 2.2 METALS (Unless otherwise indicated in Contract Drawings) A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks,roller marks,rolled trade names, or blemishes. B. Steel Wide Flange Shapes:ASTM A992. C. Steel Other Shapes,Plates, Shapes, and Bars: ASTM A 36/A 36M. D. Stainless steel Sheet, Strip, and Plate: ASTM A 240/A 240M or ASTM A 666, Type 316 and Type 316L for welded components. E. Stainless steel Bars and Shapes: ASTM A 276, Type 316 and Type 316L for welded components. F. Steel Tubing: ASTM A 500/A 500M, Grade B cold-formed steel tubing. G. Steel Pipe: ASTM A 53/A 53M, Type S Grade B Standard Weight (Schedule 40) unless otherwise indicated. Westside WTP Plate Settler Expansion Project Metal Fabrications City of Fort Worth 055000-3 100%Submittal 0515-239525 9/16/20 H. Slotted Channel Framing: Cold-formed metal box channels (struts) complying with MFMA-4. 1. Size of Channels: 1-5/8 by 1-5/8 inches. 2. Material: Galvanized steel, ASTM A 653/A 653M, structural steel, Grade 33, with G90 coating; 0.108-inch nominal thickness. L Aluminum Extruded Pipe: ASTM B429,Alloy 6063 T6 and Alloy 6061 T6 as indicated. J. Aluminum Plate and Sheet: ASTM B 209,Alloy 6061-T6. K. Aluminum Extrusions: ASTM B 221,Alloy 6061 T6. L. Aluminum-Alloy Rolled Tread Plate: ASTM B 632/B 632M,Alloy 6061-T6. M. Aluminum Castings: ASTM B 26/B 26M,Alloy 443.0-F. N. Stainless steel Bolts: ASTM F593, Type 316. O. Stainless steel Nuts: ASTM F594, Type 316. P. Carbon Steel Bolts and Studs: ASTM A307, Grade A (hot dip galvanized nuts and washers where noted) Q. High Strength Steel Bolts, Nuts and washers: ASTM F3125, Grade A325 (mechanically galvanized per ASTM B695, Class 50, where noted). 1. Elevated Temperature Exposure: Type I. 2. General Application: Type I or Type 11. R. Galvanizing: ASTM A123, Zn w/0.05 percent minimum Ni. S. Galvanizing, hardware: ASTM A153,Zn w/0.05 percent minimum Ni. T. Galvanizing, anchor bolts: ASTM F2329, Zn w/0.05 percent minimum Ni. U. Welding electrodes, steel: AWS A5.1 E70xx. 2.3 FASTENERS (Unless otherwise indicated in Contract Drawings) A. Unless otherwise noted, provide steel machine bolts for the connection of carbon steel or iron; galvanized steel or stainless-steel machine bolts for the connection of galvanized steel or iron; and stainless-steel machine bolts for the connection of aluminum or stainless-steel. B. General: Unless otherwise indicated, provide Type 316 stainless steel fasteners for exterior use and zinc-plated fasteners with coating complying with ASTM B 633 or ASTM F 1941, Class Fe/Zn 5, at exterior walls. Select fasteners for type, grade, and class required. 1. Provide stainless steel fasteners for fastening aluminum. 2. Provide stainless steel fasteners for fastening stainless steel. Westside WTP Plate Settler Expansion Project Metal Fabrications City of Fort Worth 055000-4 100%Submittal 0515-239525 9/16/20 C. Steel Bolts and Nuts: Regular hexagon-head bolts, ASTM A 307, Grade A; with hex nuts, ASTM A 563; and,where indicated, flat washers. D. Mechanically Galvanized Steel Bolts and Nuts: Regular hexagon-head bolts, ASTM F 3125, Grade A325, Type 3; with hex nuts, ASTM A 563, Grade C3; and, where indicated, flat washers. E. Stainless steel Bolts and Nuts: Regular hexagon-head annealed stainless steel bolts, ASTM F 593; with hex nuts,ASTM F 594; and,where indicated, flat washers; Alloy Group 2. F. Machine bolts and nuts conforming to Federal Specification FF-B-575C. Bolts and nuts shall be hexagon type. Bolts, nuts, screws, washers and related appurtenances shall be Type 316 stainless steel. G. Adhesive Anchors: shall be Stainless Steel 316 with Hilti, RE-500-V3 or equal. H. Anchors, General: Anchors capable of sustaining, without failure, a load equal to six times the load imposed when installed in unit masonry and four times the load imposed when installed in concrete, as determined by testing according to ASTM E 488, conducted by a qualified independent testing agency. I. Cast-in-Place Anchors in Concrete: Threaded type unless otherwise indicated in drawings. 2.4 MISCELLANEOUS ALUMINUM A. Miscellaneous Aluminum: Formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Drill or punch holes. Smooth edges without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. B. Connections and Accessories: Sufficient strength to safely withstand the stresses and strains to which they will be subjected. Close fitting exposed joints and jointed where least conspicuous. Conceal threads on threaded connections where practical. Provide continuous welds or intermittent welds on welded connections as specified or shown. Dress face of welds flush and smooth. Weld on unexposed side as much as possible in order to prevent pitting or discoloration of the aluminum exposed surface. Provide holes for temporary field connections and for attachment of the work of other trades. C. Miscellaneous Aluminum Items: Beams, angles, closure angles, grates, floor plates, stop plates, and other miscellaneous aluminum indicated and not otherwise specified. D. Aluminum Finishes: 1. Mill Finish: Have a cleaned and degreased mill finish on other aluminum items. 2.5 MISCELLANEOUS STEEL A. Miscellaneous Steel Work: Formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or Westside WTP Plate Settler Expansion Project Metal Fabrications City of Fort Worth 055000-5 100%Submittal 0515-239525 9/16/20 durability. Drill or punch holes. Smooth edges without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. B. Connections and Accessories: Sufficient strength to safely withstand the stresses and strains to which they will be subjected. Close fitting exposed joints and jointed where least conspicuous. Conceal thread on threaded connections where practical. Provide continuous welds or intermittent welds on welded connections as specified or shown. Dress face of welds flush and smooth. Provide holes for temporary field connections and for attaclnnent of the work of other trades. C. Miscellaneous Steel Items: Beams and angles detailed on the Drawings, support brackets, base plates for other than structural steel or equipment, closure angles, hold-down straps and lugs, and any other miscellaneous steel indicated and not otherwise specified. D. Steel pipe pieces for sleeves (SS-316 at submerge locations), lifting attachments and other functions: Schedule 40 pipe unless otherwise indicated. Wall and floor sleeves, of steel pipe: Provide welded circumferential steel waterstops at mid-length. E. Steel Finish Work: Thoroughly cleaned, by effective means, of loose mill scale,rust and foreign matter. Provide one shop coat of primer compatible with finish coat after fabrication but before shipment. Omit paint within 3 inches of proposed field welds. Apply paint to dry surfaces and be thoroughly and evenly spread and well worked into joints and other open spaces. F. Galvanizing, where required: Use hot-dip zinc process after fabrication, coating not less than 2 oz./sq. Ft. of surface. 2.6 MISCELLANEOUS STAINLESS-STEEL A. Miscellaneous Stainless-Steel Work: Formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Drill or punch holes. Smooth edges without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. B. Connections and accessories: Sufficient strength to safely withstand the stresses and strains to which they will be subjected. Close fitting exposed joints, jointed where least conspicuous. Conceal threads on threaded connections where practical. Provide continuous welds or intermittent welds on welded connections as specified or shown. Dress face of welds flush and smooth. Provide holes for temporary field connections and for attachment of the work of other trades. C. Beams, angles, and other miscellaneous stainless steel. 2.7 MISCELLANEOUS MATERIALS A. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer complying with MPI#79 and compatible with topcoat. Westside WTP Plate Settler Expansion Project Metal Fabrications City of Fort Worth 055000-6 100%Submittal 0515-239525 9/16/20 1. Use primer containing pigments that make it easily distinguishable from zinc-rich primer. B. Water-Based Primer (if required): Emulsion type, anticorrosive primer for mildly corrosive environments that is resistant to flash rusting when applied to cleaned steel, complying with MPI#107 and compatible with topcoat. C. Epoxy Zinc-Rich Primer: Complying with MPI#20 and compatible with topcoat. D. Shop Primer for Galvanized Steel: Primer formulated for exterior use over zinc-coated metal and compatible with finish paint systems indicated. E. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. F. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187. 2.8 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly marls units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. i C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Where exposed fasteners are required, use Phillips flat-head (countersunk) fasteners unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate seams and other connections that are exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. Westside WTP Plate Settler Expansion Project Metal Fabrications City of Fort Worth 055000-7 100%Submittal 0515-239525 9/16/20 I. Provide for anchorage of type indicated; coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support loads. 2.9 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction. 1. Furnish inserts for units installed after concrete is placed. 2.10 METAL LADDERS A. General: 1. Comply with ANSI A14.3.. B. Aluminum Ladders: 1. Space siderails minimum 18 inches apart, unless otherwise indicated. 2. Siderails: Continuous aluminum bars 1/2-by-2-1/2-inch. 3. Rungs: Solid extruded-aluminum tubes, 3/4 inch diameter. 4. Fit rungs in centerline of siderails; fasten as indicated. 5. Wall Support Brackets (where required): Aluminum 6061-T6 Type 316 stainless steel spaced 4 feet on center with Type 316 stainless steel fasteners. Fasten side rails to floor with 1/2 inch diameter Type 316 stainless steel adhesive anchors. 6. Platforms: Fabricate from pressure-locked aluminum bar grating, supported by extruded- aluminum framing. Limit openings in gratings to no more than 1/2 inch in least dimension. 7. Support each ladder as indicated with welded or bolted aluminum brackets. 2.11 FINISHES, GENERAL A. Finish metal fabrications after assembly. B. Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into surrounding surface. 2.12 STEEL FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A 153/A 153M for steel and iron hardware and with ASTM A 123/A 123M for other steel and iron products. Limit maximum nickel(Ni) content of galvanizing zinc to 0.05%. Westside WTP Plate Settler Expansion Project Metal Fabrications City of Fort Worth 055000-8 100%Submittal 0515-239525 9/16/20 1. Do not quench or apply post galvanizing treatments that might interfere with paint adhesion. B. Preparation for Shop Priming Galvanized Items: After galvanizing, thoroughly clean [railings] of grease, dirt, oil, flux,and other foreign matter, and treat with metallic phosphate process. C. Shop prime iron and steel items not indicated to be galvanized unless they are to be embedded in concrete,sprayed-on fireproofing, or masonry, or unless otherwise indicated. 1. Shop prime with universal shop primer recommended by coating manufacturer where indicated. 2.13 ALUMINUM FINISHES A. As-Fabricated Finish: AA-M12. PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Install all items shall be installed under Contract drawings and Division 04 respectively. Install items to be attached to concrete after such work is completed in accordance with the details shown. B. Touch up abrasions in the shop primer immediately after erection. Paint areas left unprimed for welding after welding. C. Clean and repair, after installation, zinc coating which has been burned by welding, abraded, or otherwise damaged. Thoroughly clean damaged area and remove all traces of welding flux and loose or cracked zinc coating prior to painting. Paint the cleaned area per the requirements of ASTM A780. D. Install specialty products in accordance with the manufacturer's recommendations. E. Weld headed anchor studs in accordance with manufacturer's recommendations. F. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level,plumb, true, and free of rack; and measured from established lines and levels. G. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. Westside WTP Plate Settler Expansion Project Metal Fabrications City of Fort Worth 055000-9 100%Submittal 0515-239525 9/16/20 H. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fission without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, and other connectors. Provide temporary bracing or anchors in formwork for items that are to be built into concrete,masonry, or similar construction. 1. Corrosion Protection: Coat concealed surfaces of aluminum and steel that come into contact with grout, concrete, masonry, wood, or dissimilar metals with the following: 1. Aluminum Contacting a Dissimilar Metal: Apply a heavy brush coat of zinc-chromate primer followed by two coats of aluminum metal and masonry paint to the dissimilar metal. 2. Aluminum Contacting Concrete: Apply a heavy coat of approved alkali resistant paint to the masonry or concrete. 3. Steel Contacting Exposed Concrete or Masonry: Apply heavy bitumastic troweling mastic. 4. Between aluminum stair treads, and steel supports, insert 1/4 inch thick neoprene isolator pads, 85 plus or minus 5 Shore A durometer, sized for full width and length of bracket or support. 3.2 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. General: Install framing and supports to comply with requirements of items being supported, including manufacturers'written instructions and requirements indicated on Shop Drawings. B. Support steel girders on concrete, or steel columns. Secure girders with anchor bolts embedded in grouted concrete or with bolts through top plates of columns. 1. Where grout space under bearing plates is indicated for girders supported on concrete, install as specified in"Installing Bearing and Leveling Plates" Article. C. Install metal columns on concrete with grouted baseplates. Position and grout column baseplates as specified in "Installing Bearing and Leveling Plates" Article. 1. Grout baseplates of columns supporting steel girders after girders are installed and leveled. Westside WTP Plate Settler Expansion Project Metal Fabrications City of Fort Worth 055000- 10 100%Submittal 0515-239525 9/16/20 3.3 INSTALLING BEARING AND LEVELING PLATES A. Clean concrete bearing surfaces of bond-reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of plates. B. Set bearing and leveling plates on wedges, shims, or leveling nuts. After bearing members have been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if protruding, cut off flush with edge of bearing plate before packing with nonshrink grout. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.4 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. 1. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint shall be recommended by coating manufacturer. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780/A 780M. END OF SECTION 055000 Westside WTP Plate Settler Expansion Project Metal Fabrications City of Fort Worth 055000- 11 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Metal Fabrications City of Fort Worth 055000-12 100%Submittal 0515-239525 9/16/20 SECTION 099010 - SHOP PRIMING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes shop primers not included in other sections. B. Related Requirements: 1. Division 09 for field applied painting. 2. Other specifications that reference this specification for primers. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include written statement, or published product data, that the confirms that the shop primer materials are compatible with the finish and field coatings. B. LEED Submittals: 1. Product Data for Credit EQ 4.2: For paints and coatings, documentation including printed statement of VOC content and chemical components. C. Samples: For each exposed product. 1.4 QUALITY ASSURANCE A. Compatibility of Coating Systems: Shop priming with primers that are guaranteed, in writing, by the manufacturer to be compatible with field applied and other coatings. PART 2-PRODUCTS 2.1 MATERIALS A. Submerged Surfaces: Shop primer for ferrous metals which will be in contact with water being treated, either submerged or which are subject to splash action or which are specified to be considered submerged service: Westside WTP Plate Settler Expansion Project Shop Priming City of Fort Worth 099010- 1 100%Submittal 0515-239525 9/16/20 1. Shop Prime Coat: (Zinc Micaceous Iron Oxide Polyurethane Aromatic Shop Primer): a. TNEMEC: Series 1 Omnithane. b. Carboline: Carboguard 561. C. Sherwin-Williams Company (The): Corothane I Zinc Primer I Mio-Zinc. d. PPG PMC: Durathane MCZ 97-679 Series or PPG PMC Amerlock 400. e. Or equal. B. Non-Submerged Surfaces: Shop primer for ferrous metals which will not be in contact with water being treated, not submerged and not subject to splash action: 1. Shop Prime Coat: (Zinc Micaceous Iron Oxide Polyurethane Aromatic Shop Primer): a. TNEMEC: Series 1 Omnithane. b. Carboline: Carboguard 561. C. Sherwin-Williams Company(The): Corothane I Zinc Primer I Mio-Zinc. d. PPG PMC: Durathane MCZ 97-679 Series or PPG PMC Amercoat 68HS. e. Or equal. C. Submerged Surfaces: 1. Shop Prime Coat for Ductile Iron Pipe: (Epoxy,Polyamidoamine Shop Primer): a. TNEMEC: Series N 140 Pota-Pox-Plus. b. Carboline: Carboguard 561. C. Sherwin-Williams Company(The): Macropoxy 5500. d. PPG PMC: Aquapon HB Potable Water Epoxy Coating 95-132 Series or PPG PMC Amerlock 2 Epoxy. e. Or equal. 2. Shop Prime Coat for Ferrous Metal Surfaces: (Zinc Micaceous Iron Oxide Polyurethane Aromatic Shop Primer): a. TNEMEC: Series 1 Omnithane. b. Carboline: Carboguard 561. C. Sherwin-Williams Company(The): Corothane I Zinc Primer I Mio-Zinc. d. PPG PMC: Durathane MCZ 97-679 Series. e. Or equal. PART 3 -EXECUTION 3.1 PREPARATION A. Surface preparation: Comply with the manufacturer's written requirements for the substrate to be primed. Westside WTP Plate Settler Expansion Project Shop Priming City of Fort Worth 099010-2 100%Submittal 0515-239525 9/16/20 3.2 PROTECTION A. Non-Primed Surfaces: Apply a heavy shop coat of grease or other suitable rust-resistant coating to gears,bearings surfaces and other similar surfaces which are not to be field painted. 1. Maintain this coating to prevent corrosion until final acceptance testing of equipment. END OF SECTION 099010 i i i f i I i Westside WTP Plate Settler Expansion Project Shop Priming City of Fort Worth 099010-3 100%Submittal 0515-239525 9/16/20 F. Paint items noted in other Specification Sections as having factory finish and other factory finished items are obviously not field painted. G. Paint all factory finish painted items replaced,repaired or damaged during construction. H. The various Sections are responsible, as stated in each, for preparation and field touch-up of abrasions,welds and damaged primed areas of primed or galvanized components after erection. I. The following items will not be painted: 1. Concrete except where specified above and scheduled to be painted and seamless flooring. 2. Stainless steel louvers, doors and frames. 3. Finish hardware. 4. Non-ferrous metals and stainless steel, unless specifically noted otherwise. 5. Factory pre-finished architectural components. 6. Packing glands and other adjustable parts and name plates of mechanical equipment. 7. Parts of buildings not exposed to sight,unless specifically noted otherwise. 8. Maintenance equipment 9. Plumbing fixtures. 10. Mechanical, Plumbing and Electrical equipment which has been finished painted in the factory as specified in Divisions 26, 40,43 and 46. J. Related Requirements: 1. Valve identification is included in Divisions 40,43, and 46. 2. Shop priming of equipment and piping (except copper piping) are specified in Section 099110 — Shop Priming and included in the respective Section with the item to be primed. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Indicate VOC content. B. Samples for Initial Selection: For each type of topcoat product. C. Samples for Verification: For each type of paint system and each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches square. 2. Apply coats on Samples in steps to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. D. Product List: Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. Include color designations. Westside WTP Plate Settler Expansion Project Painting City of Fort Worth 099100-2 100%Submittal 0515-239525 9/16/20 1.4 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 5 percent,but not less than 1 gal.of each material and color applied. 1.5 QUALITY ASSURANCE A. Shop Primers, specified in Section 099100 "Shop Primers," and other Sections are required to be certified by the manufacturer of the field applied painting manufacturer to be compatible with the materials specified in this section. B. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Engineer will select one surface to represent surfaces and conditions for application of each paint system. a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. b. Other Items: Engineer will designate items or areas required. 2. Final approval of color selections will be based on mockups. a. If preliminary color selections are not approved, apply additional mockups of additional colors selected by Engineer at no added cost to Owner. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Engineer specifically approves such deviations in writing. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F. 1. Maintain containers in clean condition,free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F. Westside WTP Plate Settler Expansion Project Painting City of Fort Worth 099100-3 100%Submittal 0515-239525 9/16/20 B. Do not apply paints in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg Fabove the dew point; or to damp or wet surfaces. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Provide products by one of the following: 1. Tnemec, Inc.(TN); 2. The Sherwin Williams Company(SW) 3. PPG Architectural Finishes, Inc. (PPG) 4. PPG Architectural Finishes, Inc. Ameron (AME) 5. Or equal. 2.2 MATERIALS A. Material Compatibility: 1. Provide materials for use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer,based on testing and field experience. 2. Provide products of same manufacturer for each coat in a coating system. B. Use paint materials without adulteration and mixed, thinned and applied in strict accordance with manufacturer's directions for the applicable materials and surface. C. Colors: As selected by Engineer from manufacturer's frill range. See below for color code requirements. . D. Painting materials for piping, valves and equipment in contact with filtered or potable water shall be NSF61 certified for contact with potable water. 2.3 COLOR CODING FOR PIPES AND EQUIPMENT A. Piping, valves and equipment shall follow the color code requirements of the Texas Commission on Environmental Quality Chapter 290.42 rules and using Chapter 217.329 as guidelines. B. The color code establishes, defines and assigns a definite color for each process system. Paint all elements which are an integral part of the system, that is originating from the equipment and/or supplying the equipment, between and up to but not including the fixed flanges nor the flexible conduit connections on the equipment. Paint valves and fittings in the color of the main body of the pipe. C. All pipes and equipment shall be painted with final coat color selected by the Engineer and shall be treated as an integral part of the Contract. Westside WTP Plate Settler Expansion Project Painting City of Fort Worth 099100-4 100%Submittal 0515-239525 9/16/20 D. All hanger saddles and pipe support floor stands shall be painted the same color and with the same paint as the pipe it supports. Hanger rods and hanger rod connections to building structure shall be painted to match the color of the wall or ceiling to which it is attached. 2.4 LETTERING OF TITLES A. Indicate the name of the materials in each pipeline and alongside this an arrow indicating the direction of flow of fluids on each pipe system. Locate the titles shall not more than 26 feet apart and directly adjacent to each side of any wall the pipeline breaches, adjacent to each side of the valve regulator, flowcheck, strainer cleanout and all pieces of equipment. B. Identify titles by the identity of the contents with complete name at least once in each space through which it passes and thereafter by generally recognized abbreviations, letters or numerals as approved. Place identification title locations in general they shall be placed where the view is unobstructed and on the two lower quarters of pipe or covering where they are overhead. Title to be clearly visible from operating positions and adjacent to all control valves. C. Die cut numbers and letters from 3.5 milvinyl film and pre-space them on carrier tape. Protect adhesive and finish surface with one-piece removable liners. Use white or black to provide high contrast to the substrate color. D. Letter size shall be as indicated in the following table: OUTSIDE DIAMETER OF SIZE OF LEGEND LETTERS PIPE OR COVERING 3/4-in to 1-1/4-in 1/2-in 1-1/2-in to 2-in 3/4-in 2-1/2-in to 6-in 1-1/2-in 8-in to 10-in 2-1/2-in Over 10-in 3-in E. Use Type B ASI/2 by ASI Sign Systems; Architectural Graphics Inc. or equal. Provide Optima Bold,upper case letter type. Use Grid 2 spacing. Match arrow to letter type and size. Follow the instructions of the manufacturer in respect to storage, surface preparation and applications of letters. 2.5 TITLES FOR EQUIPMENT A. Provide titles consisting of vinyl film as specified above on all equipment using 1-in high Optima Bold upper case, Grid 2 spacing. Use white or black to provide high contrast to the substrate color. Use titles shown on mechanical drawings for bidding purposes. Mount titles at eye level on machines or at the upper most broad vertical surface of low equipment. Where more than one piece of the equipment item to be titled exists, number the items consecutively as indicated on the mechanical drawings or as directed by the Engineer; for example, Pump No. 1, Westside WTP Plate Settler Expansion Project Painting City of Fort Worth 099100-5 100%Submittal 0515-239525 9/16/20 Pump No. 2, etc. Titles shall be composed in more than one line if required and justified on the left-hand side. 2.6 TESTING EQUIPMENT A. Furnish wet and dry film thickness gauges, electronic moisture meter and all other equipment required by the Engineer for inspection. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. 1. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: a. Concrete: 12 percent. b. Masonry(Clay and CMU): 12 percent. C. Wood: 15 percent. d. Gypsum Board: 12 percent. B. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. C. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recormnendations in "MPI Architectural Painting Specification Manual" applicable to substrates and paint systems indicated. B. Remove hardware, covers,plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. Westside WTP Plate Settler Expansion Project Painting City of Fort Worth 099100-6 100%Submittal 0515-239525 9/16/20 D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. E. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces or mortar joints exceeds that permitted in manufacturer's written instructions. F. Steel Substrates: Remove rust, loose mill scale, and shop primer if any. Clean using methods recommended in writing by paint manufacturer. 1. SSPC-SP 2. 2. SSPC-SP 3. 3. SSPC-SP 7/NACE No. 4. 4. SSPC-SP 11. G. Shop-Primed Steel Substrates: Clean field welds, bolted connections, and areas where shop paint is abraded. Paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop-primed surfaces. H. Galvanized-Metal Substrates: Remove grease and oil residue from galvanized sheet metal by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. I. Aluminum Substrates: Remove loose surface oxidation. J. Wood Substrates: 1. Scrape and clean knots. Before applying primer, apply coat of knot sealer recommended in writing by topcoat manufacturer for exterior use in paint system indicated. 2. Sand surfaces that will be exposed to view and dust off. 3. Prime edges, ends, faces,undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. K. Plastic Trim Fabrication Substrates: Remove dust, dirt, and other foreign material that might impair bond of paints to substrates. L. Mock-up: Provide a sample area of the finished work prepared in strict accordance with this Section to demonstrate the quality and workmanship of painting. When paint colors are required to match existing installed colors,provide as many paint manufacturer's warehouse mixed colors until accepted by the Engineer. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual." 1. Use applicators and techniques suited for paint and substrate indicated. Westside WTP Plate Settler Expansion Project Painting City of Fort Worth 099100-7 100%Submittal 0515-239525 9/16/20 2. Paint surfaces behind movable items same as similar exposed surfaces. Before final installation,paint surfaces behind permanently fixed items with prime coat only. 3. Paint both sides and edges of exterior doors and entire exposed surface of exterior door frames. 4. Paint entire exposed surface of window frames and sashes. 5. Do not paint over labels of independent testing agencies of equipment name, identification,performance rating, or nomenclature plates. 6. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. Tint undercoats same color as topcoat but tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. E. Painting Fire Suppression,Plumbing, IIVAC, Electrical, Communication, and Electronic Safety and Security Work: 1. Paint the following work where exposed to view: a. Equipment, including panelboards b. Uninsulated metal piping. C. Uninsulated plastic piping. d. Pipe hangers and supports. e. Metal conduit. f. Plastic conduit. g. Tanks that do not have factory-applied final finishes. 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. Westside WTP Plate Settler Expansion Project Painting City of Fort Worth 099100-8 100%Submittal 0515-239525 9/16/20 B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Engineer, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 PAINTING SCHEDULE A. Dry Film Thickness (DFT) for each paint product is not part of paint schedule. Submit both the Wet Film Thickness (WFT) and DFT for each product as part of submittal process. Apply paint and coating products to comply with manufacturer's DFT thickness and application recommendations in the approved submittal. 3.7 The following types of paints by Tnemec Co. (TN), The Sherwin Williams Company(SW), PPG Protective&Marine Coatings, (PPG), and Ameron International(AME)have been used as a basis for the paint schedule; use one of these paints or equal: A. Epoxy: 1. TN:Hi-build Epoxoline II, Series N69. 2. SW: Macropoxy 646,B58 Series. 3. PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4. AME: Amerlock 2/400 Series Epoxy. B. Waterborne Cementitious Acrylic: Result in pinhole free surface. 1. TN: Envirofil, Series 130-6602. 2. SW: Cement-flex 875,B42 Series. 3. PPG: Cementitious Waterproofing Block Filler 95-217 Series. 4. AME: Amerlock 400 BF Epoxy Block Filler. C. High-Build Acrylic Polyurethane Enamel: 1. TN: Endura-Shield- semi-gloss, Series V73. 2. SW: Acrolon 218 HS,B65 Series. 3. PPG: Pitthane HB Semigloss Urethane 95-8800 Series. 4. AME: Amercoat 450HSG Polyurethane. D. High Heat Silicone Aluminum (to 600 degrees F): 1. TN:No product. 2. SW: Heat-Flex Hi-Temp 1000 Aluminum, B59-820 Series. 3. PPG: Speedhide 6-220 Series Silicone Aluminum Coating. 4. AME: Amercoat 878 Silicone Aluminum Coating. Westside WTP Plate Settler Expansion Project Painting City of Fort Worth 099100-9 100%Submittal 0515-239525 9/16/20 E. Tie Coat, Low VOC, Epoxy: 1. TN:FC Typoxy, Series V27. 2. SW: Macropoxy 646,B58 Series. 3. PPG: Pitt-Guard Epoxy Mastic 95-245 Series. 4, AME: Amercoat 385 Multi-Purpose Epoxy. F. Acrylic Latex Emulsion,Eggshell Finish: 1. TN:Tneme-Cryl, Series 6. 2. SW: DTM Primer/Finish,B66 Series. 3. PPG: Pitt-Tech Plus 90-1110 Series Satin DTM Acrylic. 4. AME: Amercoat 220 Waterborne Acrylic. G. Vinyl Acrylic Surface Sealer: 1. TN:PVA Sealer, Series 51. 2. SW: Prep-Rite 200 Primer,B28 Series. 3. PPG: Speedhide 6-2 Vinyl Acrylic Drywall Primer. 4. AME: Amercoat 148 Acrylic Primer. H. The following surfaces shall have the types of paint scheduled below applied at the dry frhn thickness (DFT) in mils per coat as recommended by manufacturer: 1. Exterior non- submerged ferrous metals (except first coat-hollow metal-pressed metal work): a. First Coat: On properly prepared unprimed metal or for touch-up: 1) TN: Hi-build Epoxoline Il, Series N69. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. b. Second Coat: 1) TN: Hi-build Epoxoline II, Series N69. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. C. Third Coat: 1) TN: Endura-Shield- semi-gloss, Series V73. 2) SW: Acrolon 218 HS,B65 Series. 3) PPG: Pitthane HB Semigloss Urethane 95-8800 Series. 4) AME: Amercoat 450HSG Polyurethane. 2. Interior non-submerged concrete scheduled for painting: a. First and Second Coats: 1) TN: Hi-build Epoxoline II, Series N69. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy, Westside WTP Plate Settler Expansion Project Painting City of Fort Worth 099100-10 100%Submittal 0515-239525 9/16/20 3. Interior concrete masonry units: a. First Coat: Result in pinhole free surface. 1) TN: No. 130-6602. 2) SW: Cement-flex 875, B42 Series. 3) PPG: Cementitious Waterproofing Block Filler 95-217 Series. 4) AME: Amerlock 400 BF Epoxy Block Filler. b. Second and Third Coats: 1) TN: Hi-build Epoxoline II, Series N69. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. 4. Interior non-submerged ferrous metals(except first coat of previously painted metal work), on properly prepared unprimed metal or for touch-up: a. First Coat: 1) TN: Hi-build Epoxoline II, Series N69. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. b. Second and Third Coats: 1) TN: Hi-build Epoxoline II, Series N69. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) PPG: Amerlock 2/400 Series Epoxy. 5. Submerged ferrous metals and ferrous metals subject to submersion or splashing. Surface shall be lightly sanded or abraded before application of first field coat. a. First and Second Coats: 1) TN: Hi-build Epoxoline II, Series N69. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) PPG: Amerlock 2/400 Series Epoxy. 6. Plastic piping and, where scheduled to be painted,plastic components: a. First and Second Coats: 1) TN: Hi-build Epoxoline II, Series N69. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. 7. Previously painted existing concrete/CMU scheduled for painting: a. First Coat: 1) TN: H.B. Tneme-Tufcoat, Series 113. 2) SW: Pro Industrial Waterbased Catalyzed Epoxy, B73-300. 3) PPG: Aquapon WB Epoxy 98-1 Series. 4) AME: Amercoat 335 WB Epoxy. Westside WTP Plate Settler Expansion Project Painting City of Fort Worth 099100- 1 1 100%Submittal 0515-239525 9/16/20 b. Second Coat: 1) TN: Enviro-Glaze, Series 297, 2) SW: Pro Industrial Waterbased Catalyzed Epoxy, B73-300. 3) PPG: Aquapon WB Epoxy 98-1 Series, 4) AME: Amercoat 335 WB Epoxy. 8. Existing precast concrete plank ceilings scheduled to be painted. a. First and Second Coats: 1) TN: H.B. Tneme-Tufcoat, Series 113. 2) SW: Pro Industrial Waterbased Catalyzed Epoxy, B73-300. 3) PPG: Aquapon WB Epoxy 98-1 Series. 4) AME: Amercoat 335 WB Epoxy. 9. Pipe insulation: (Plastic or metal sheathed insulation-paint as scheduled for appropriate substrate): a. First Coat: 1) TN: Vinyl-Acrylic Sealer,No. 51-792. 2) SW: Prep-Rite 200,B28 Series. 3) PPG: Speedhide 6-2 Vinyl Acrylic Drywall Primer. 4) AME: Amercoat 148 Acrylic Primer. b. Second and Third Coats: 1) TN: Hi-build Epoxoline II, Series N69. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. 10. Aluminum Designated to be Painted: a. Mechanically abrade surfaces to comply with SSPC SP 16 'Brush-off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steels, and Non- ferrous Metals". b. First and Second Coats - (Interior): 1) TN: Hi-build Epoxoline I1, Series N69. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. C. First Coat- (Exterior): 1) TN: Hi-build Epoxoline II, Series N69. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. d. Second Coat- (Exterior): 1) TN: Endura-Shield - semi-gloss, Series V73. 2) SW: Acrolon 218 HS. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. Westside WTP Plate Settler Expansion Project Painting City of Fort Worth 099100- 12 100%Submittal 0515-239525 9/16/20 11. Copper Piping: a. First and Second Coats: 1) TN: Hi-build Epoxoline II, Series N69. 2) SW: Macropoxy 646, B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. 12. Hot Ferrous Metal Surfaces: a. First and Second Coats: 1) TN: No product. 2) SW: Heat-Flex Hi-Temp 1000 Aluminum,B59-820 Series, Aluminum. 3) PPG: Speedhide 6-220 Series Silicone Aluminum Coating. 4) AME: Amercoat 878 Silicone Aluminum Coating. 13. Previously Painted Metal Surfaces: a. First coat on substrates prepared as approved and replacing first coat of above- specified systems. Complete painting with remainder of specified system for each type of substrate. b. First Coat: 1) TN: FC Typoxy, Series V27. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. 14. Exterior galvanized steel surfaces: a. Mechanically abrade surfaces to comply with SSPC SP 16 'Brush-off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steels, and Non- ferrous Metals". b. First Coat: 1) TN: FC Typoxy, Series V27. 2) SW: Macropoxy 646,B58 Series. 3) PPG: Pitt-Guard Epoxy Mastic 95-245 Series. 4) AME: Amercoat 385 Multi-Purpose Epoxy. C. Second Coat: 1) TN: Endura-Shield- semi-gloss, Series V73. 2) SW: Acrolon 218 HS. 3) PPG: Pitthane HB Semigloss Urethane 95-8800 Series. 4) AME: Amercoat 450HSG Polyurethane. 15. Gypsum Work: a. First Coat: 1) TN: PVA Sealer No. 51-792. 2) SW: PrepRite 200 Primer,B28 Series. 3) PPG: Speedhide 6-2 Vinyl Acrylic Drywall Primer. 4) AME: Amercoat 148 Acrylic Primer. b. Second and Third Coats: 1) TN: Tneme-Cryl Series 6. Westside WTP Plate Settler Expansion Project Painting City of Port Worth 099100- 13 100%Submittal 0515-239525 9/16/20 2) SW: DTM Primer/Finish, B66 Series. 3) PPG: Pitt-tech Plus 90-1110 Series Satin DTM Acrylic. 4) AME: Amercoat 220 Waterborne Acrylic. END OF SECTION 099100 Westside WTP Plate Settler Expansion Project Painting City of Fort Worth 099100- 14 100%Submittal 0512-239525 09/16/2020 SECTION 26 00 00—ELECTRICAL WORK PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. C. All electrical work provided under any Division of the Specifications shall fully comply with the requirements of Division 26. D. The work shall include furnishing, installing and testing the equipment and materials detailed in each Section of Division 26. E. The work shall include furnishing and installing the following: 1. Provide a complete raceway system, wire and field connections for all motors, motor controllers, control devices, control panels and electrical equipment furnished under other Divisions. Coordinate construction schedule and electrical interface with the supplier of electrical equipment specified under other Divisions as required by the Contract Documents. 2. Provide a complete raceway system, wiring and terminations for all field-mounted instruments furnished and mounted under other Divisions, including process instrumentation primary elements, transmitters, local indicators and control panels. Lightning and surge protection equipment wiring at process instrumentation transmitters. Install vendor furnished cables specified under other Divisions as required by the Contract Documents. 3. Provide a complete raceway system for the Data Cables and specialty cable systems, including those furnished under other Divisions.Install the Data Cables and other specialty cable systems, in accordance with the system manufacturers' installation instructions. Review the raceway layout,prior to installation, with the Process Control System supplier and the cable manufacturer to ensure raceway compatibility with the systems and materials being fiunished. Where redundant cables are furnished, install the cables in separate raceways as required by the Contract Documents. 4. Furnish and install precast electrical and instrumentation manholes, hand holes and light pole foundations as required by the Contract Documents. Pole foundations shall be designed and installed in accordance with the structural Divisions of these Specifications. 5. Power monitoring for the Owner's facilities shall be performed by a existing Electrical Power Monitoring and Control System (PMCS). Monitoring information from equipment specified in the individual Sections of Division 26,and as shown on the Drawings, shall be interfaced to the monitoring system. Westside WTP Plate Settler Expansion Project Electrical Work City of Fort Worth 26 00 00- 1 100%/Submittal 0512-239525 09/16/2020 6. Coordinate the sequence of demolition with the sequence of construction to maintain plant operation in each area. Remove and demolish equipment and materials in such a sequence that the existing and proposed plant will function properly with no disruption of treatment. 7. Make modifications to existing motor control centers, switchboards, panelboards and motor controllers including installation of circuit breakers,etc.,or disconnection of circuits as required to provide the power supplies to new and existing equipment to maintain the plant in operation. 8. All bidders shall visit the site of the project,prior to submitting a bid,and satisfy themselves as to any question that they might have, relating to existing equipment, condition or construction. 9. Provide standby generation to keep the Owner's process in service as required by the Contract Documents. F. Provide all electrical relocation work associated with the relocation of equipment for the existing and new facilities, including disconnecting all existing wiring and conduits and providing new wiring and conduit to the relocated equipment as specified in Section 264119. G. Maintain the Owner's process operations during all construction including any required electrical or control system outages. Prior to bidding, obtain all needed process operational requirements and restrictions from the Owner's staff during the site visits to determine the effect the operational restrictions may have on the construction schedule and/or bid price. Verify any process related information which may be shown or specified. If the obtained information conflicts with information in the Contract Documents, notify the Engineer in writing prior to bidding. As a minimum,include in the Contract Schedule and Bid Price the following items required to comply with operational requirements: 1. Additional Time and/or Expense 2. Additional Expense for after-hours work, 3. Additional equipment,materials, and persomiel. 4. Standby generation with fuel. H. Provide all tools,equipment,supplies,and shall perform all labor required to install the equipment specified in the Contract Documents to install, test, and place into satisfactory operation in the time specified for completion in the Contract Documents. Failure of any of the participants in executing the requirements of this Contract to perform the work as specified shall not constitute an acceptable reason for the Owner to grant any change in the Contract Price or additions to the Contract Time. I. The work includes demolition of existing electrical equipment, associated conductors and raceway. Included is the removal of duct banks and manholes. The duct banks may contain asbestos. Visit the site and determine the size of the duct batiks to be removed by inspection at the manholes and other places where the conduits transition from concealed to exposed. Include all labor and expense to remove the duct banks, dispose of all asbestos materials found, provide fill dirt to replace the volume of duct bank removed and compact to 95%. Reseed grass areas and repair streets or sidewalks disturbed by the removal of duct banks shown or specified to be removed. Westside WTP Plate Settler Expansion Project Electrical Work City of Fort Worth 26 00 00-2 100%/Submittal 0512-239525 09/16/2020 1.02 ELECTRICAL WORK REQUIRED IN OTHER DIVISIONS A. No references are made to any other section which may contain work related to any other section. The Contract Documents,which is defined to include both the Drawings and the Specifications, shall be taken with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other- Sections and other Divisions of the Specifications, provide such information or additional work as may be required in those references, and include such information or work as may be specified.Examine all Sections of the Specifications and Drawings and determine the power and wiring requirements and provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, provide the additional conductors,raceways and/or wiring, and include in the Contract Price and Schedule. B. Process Divisions I. Examine all Process Equipment Specifications and Drawings, determining power and wiring requirements. Provide external wiring and raceways, as required to provide a fully functioning Process Control System. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, furnish the additional conductors, raceways and/or wiring, with no change in Contract Price or Schedule. C. Mechanical Divisions 1. Examine all Mechanical Equipment Specifications and Drawings, determining power and wiring requirements. Provide external wiring and raceways, as required to provide fully functioning Mechanical Equipment Control Systems. If the equipment requires more conductors and/or wiring,due to different equipment being supplied,furnish the additional conductors,raceways and/or wiring with no change in Contract Price or Schedule. D. Electric Valve Operator Divisions 1. Examine all Electric Valve Operator Equipment Specifications and Drawings,determining power and wiring requirements. Provide external wiring and raceways, as required to provide a fully functioning Electric Valve Operator Control System. If the equipment requires more conductors and/or wiring due to different equipment being supplied,furnish the additional conductors, raceways and/or wiring with no change in Contract Price or Schedule. 1.03 SUBMITTALS A. Submit Shop Drawings, in accordance with Division I requirements, for equipment, materials and all other items furnished under each Section of Division 26, except where specifically stated otherwise. An individually packaged submittal shall be made for each Section and shall contain Westside WTP Plate Settler Expansion Project Electrical Work City of Fort Worth 26 00 00-3 100%/Submittal 0512-239525 09/16/2020 all the information required by the Section. Partial submittals will not be accepted and will be returned without review. B. Submittals will not be accepted for Section 260000. C. Each Section submittal shall be complete,contain all the items listed in the Specification Section, and shall be clearly marked to indicate which items are applicable on each cut sheet page. The Submittal shall list any exceptions to the Specifications and Drawings, and the reason for such deviation. Shop drawings,not so checked and noted,will be returned without review. D. Check shop drawings for accuracy and contract requirements prior to submittal to the Owner/Engineer. Errors and omissions on approved shop drawings shall not provide relief from the responsibility of providing materials and workmanship required by the Specifications and Drawings. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings conform to Specifications and Drawings. Only one Specification Section may be made per transmittal. E. Material shall not be ordered or shipped until the shop drawings have been approved. No material shall be ordered, or shop work started if the related shop drawings are marked "APPROVED AS NOTED CONFIRM","APPROVED AS NOTED RESUBMIT","REVISE AND RESUBMIT", "REJECTED", or"NOT APPROVED". F. All approved shop drawings shall be maintained on site for the Owner's Inspector and for the Owner's Engineer to verify at the time of delivery of equipment to the job site. G. Up-to-date Record Drawings shall be promptly furnished when the equipment installation is complete. Payment will be withheld until Record Drawings have been furnished and approved. H. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files including a Table of Contents which is indexed on DVDs. Electronic submittals are mandatory and those which are received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Amount or Contract Time will be allowed for delays due to unacceptable submittals. 1.04 REFERENCE CODES AND STANDARDS A. Electric equipment, materials and installation shall comply with the National Electrical Code (NEC) and with the latest edition of the following codes and standards: 1. National Electrical Safety Code(NESC) 2. Occupational Safety and Health Administration(OSHA) 3. National Fire Protection Association (NFPA) 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6. Insulated Cable Engineers Association(ILEA) 7. International Society of Automation (ISA) 8. Underwriters Laboratories (UL) 9. Factory Mutual (FM) Westside WTP Plate Settler Expansion Project Electrical Work City of Fort Worth 26 00 00-4 100%/Submittal 0512-239525 09/16/2020 10. City of Fort Worth Electrical Code B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. C. All material and equipment, for which a UL standard exists, shall bear a UL label. No such material or equipment shall be brought onsite without the UL label affixed. D. If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or code of any technical society, organization or association, the provisions of the Contract Documents will take precedence if they are more stringent. If there is any conflict or discrepancy between standard specifications,or codes of any technical society, organization or association, or between Laws and Regulations, the higher performance requirement shall be binding,unless otherwise directed by the Owner/Engineer. E. In accordance with the intent of the Contract Documents, compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way, full compliance with all Laws and Regulations at all times, 1.05 CODES, INSPECTION AND FEES A. Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. 1.06 SIZE OF EQUIPMENT A. Investigate each space in the structure through which equipment must pass to reach its final location. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B. The equipment shall be kept upright at all times during storage and handling. When equipment must be tilted for passage through restricted areas, brace the equipment to ensure that the tilting does not impair the functional integrity of the equipment. 1.07 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the "Record Drawings". The Record Drawings and Specifications shall be kept up to date throughout the project. B. The Record Drawings shall be reviewed in a meeting with the Owner/Engineer monthly. C. Record Drawings shall accurately show the installed condition of the following items: 1. One-line Diagram(s). Westside WTP Plate Settler Expansion Project Electrical Work City of Fort Worth 26 00 00-5 100%/Submittal 0512-239525 09/16/2020 2. Raceways and pull boxes. 3. Conductor sizes and conduit fills. 4. Panel Schedule(s). 5. Control Wiring Diagram(s). 6. Lighting Fixture Schedule(s). 7. Lighting fixture,receptacle and switch outlet locations. 8. Underground raceway and duct bank routing. The drawings shall include the measured width and height of the duetbank and shall survey the elevation of the top of the duct bank or record its depth of burial below grade at intervals not to exceed 50 feet along the entire length. Changes in direction between termination points shall be surveyed and recorded on the record drawings. 9. Planview, measured dimensions and locations of switchgear, distribution transformers, substations, motor control centers and panelboards. 10. Modifications to controls systems or any piece of electrical equipment including field- verified existing controls and all changes clearly identified. 11. All protective device and electrical system monitoring device settings. D. Submit a typical example of a schedule of control wiring raceways and wire numbers, including the following information: 1. Circuit origin, destination and wire numbers. 2. Field wiring terminal strip names and numbers. E. As an alternate,submit a typical example of point-to-point connection diagrams showing the same information, may be submitted in place of the schedule of control wiring raceways and wire numbers. F. Submit the record drawings and the schedule of control wiring raceways and wire numbers (or the point-to-point connection diagram) to the Owner/Engineer. G. Retainage will not be paid until the point-to-point connection diagrams have been furnished to the Owner/Engineer. 1.08 EQUIPMENT INTERCONNECTIONS A. Review shop drawings of equipment furnished under other related Divisions and prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring diagrams or tables with Record Drawings. B. Furnish and install all equipment interconnections. 1.09 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new,except where specifically identified on the Drawings to be re-used. B. Material or equipment from a manufacturer,not submitted and approved for this project shall not be brought on site. Use of any such material or equipment,will be rejected, and shall be removed Westside WTP Plate Settler Expansion Project Electrical Work City of Fort Worth 26 00 00-6 100%/Submittal 0512-239525 09/16/2020 and replaced,with the approved material and equipment, with no change allowed in the Contract Price or Schedule. C. Material and equipment shall be UL listed,where such listing exists. D. All material, products, equipment and workmanship being furnished for the the project shall be replaced if it does not meet the requirements of Contract Documents even if installed, with no change in Contract Price or Schedule. 1.10 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, successfully complete all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will be rejected and shall be removed and replaced with no change in Contract Price or Schedule. B. Equipment and materials shall be handled and stored in accordance with the manufacturer's instructions, and as specified in the individual Specification Sections. 1.11 WARRANTIES A. Manufacturer's warranties shall be provided as specified in each of the Specification Sections. 1.12 EQUIPMENT IDENTIFICATION A. Identify all equipment(disconnect switches, separately mounted motor starters, control stations, etc.)furnished under Division 26 with the name of the equipment it serves. Motor control centers, control panels, panelboards, switchboards, switchgear, junction or terminal boxes, transfer switches, etc., shall have nameplate designations as shown on the Drawings. PART 2- PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 INTERPRETATION OF DRAWINGS A. The Drawings do not show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment. B. Install each three-phase circuit in a separate conduit unless otherwise shown on the Drawings. C. Unless otherwise approved by the Owner/Engineer, conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. Submit a Request for Information Westside WTP Plate Settler Expansion Project Electrical Work City of Fort Worth 26 00 00-7 100%/Submittal 0512-239525 09/16/2020 for any conduit route which is not clearly identified as concealed or exposed in the Contract Documents prior to its installation. D. Circuits are shown as "home-runs" shall be field routed. The raceway system provided shall include all necessary fittings, supports and boxes for a complete code-compliant raceway installation. Field routed raceway shall avoid blocking access to equipment either existing or spaces planned for future equipment and shall avoid blocking personnel egress through doors or access hatches. E. Verify the exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. F. Except where dimensions are shown, the locations of equipment, fixtures, outlets and similar devices shown on the Drawings are approximate only. Determine exact locations and obtain approval from the Owner/Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work,proceed as directed by the Owner/Engineer and furnish all labor and materials necessary to complete the work in an approved manner. G. Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting and other electrical systems shown. H. Redesign of electrical or mechanical work, which is required due to the use of a pre-approved alternate item shall include the arrangement of equipment and/or layout other than that which is specified or shown herein. All additional work and materials required shall be provided with no change in the contract price or schedule. Redesign and detailed plans shall be submitted to the Owner/Engineer for approval. I. Raceways and conductors for lighting,switches,receptacles and other miscellaneous low voltage power and signal systems as specified are not shown on the Drawings. Raceways and conductors shall be provided as required for a complete and operating system. Refer to riser diagrams for signal system wiring. Homeruns, as shown on the Drawings, identify raceways to be run exposed and raceways to be run concealed. Raceways installed exposed shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes hoists, monorails, equipment hatches, doors, windows, etc. Raceways installed concealed shall be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as required. J. Provide all conduit and conductors or data highway cables to RTU and/or PLC termination cabinets, where designated on the Drawings or otherwise required by the Specifications, the manufacture of the equipment, or submitted and approved systems. The conduit and conductors or data highway cables as shown on the interface drawings may not necessarily be shown on the floor plan. K. Install conductors carrying low voltage signals (typically twisted shielded pair cables) in raceways totally separate from all other raceways containing power or 120-Volt control conductors. Do not combine conductors carrying low voltage signals in wireways without barriers or NEC code-compliant separation for their entire length in the wire way,and/or provide Westside WTP Plate Settler Expansion Project Electrical Work City of Fort Worth 26 00 00-8 100%/Submittal 0512-239525 09/16/2020 separate wireways to provide separation of the conductors. Low voltage signal conductors routed through manholes or hand holes shall be bundled and separated from other conductors. L. Raceways and conductors for thermostats controlling HVAC unit heaters, exhaust fans and similar equipment are not shown on the Drawings. Provide raceways and conductors between the thermostats,the HVAC equipment and the motor starters for a complete and operating system. All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished space and may be installed concealed or exposed in process spaces. Refer to the HVAC drawings for the locations of the thermostats and controls. M. Raceways and conductors for the fire alarm, sound and page party systems are not shown on the Drawings. Provide raceways and conductors as required by the system manufacturer for a complete and operating system. All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished spaces and may be installed exposed or concealed in process spaces. 3.02 EQUIPMENT PADS AND SUPPORTS A. Electrical equipment pads and supports, of concrete or steel including structural reinforcing and lighting pole foundations, are shown on the Structural Drawings. B. Electrical equipment and or raceways, shall not be attached to or supported from, sheet metal walls. C. Electrical equipment pads shall be provided for all free-standing equipment. Dimensions shall be 3-inches high.With 3-inch extension from front of equipment for equipment mounted against the wall and 3-inch extension on front and rear sections when equipment is rear accessible. 3.03 SLEEVES AND FORMS FOR OPENINGS A. Provide and place all sleeves for conduits penetrating floors, walls, partitions, etc. Locate all necessary slots for electrical work and form before concrete is poured. B. Unless measurements are shown on the drawings, the locations for stubbing up and terminating concealed conduits which are shown on the drawings are approximate. Exact locations are required for stubbing-up and terminating concealed conduit. Obtain shop drawings and templates from equipment vendors or other subcontractors and locate the concealed conduit before the floor slab is poured. C. Where setting drawings are not available in time to avoid delay in scheduled floor slab pours,the Owner/Engineer may allow the installations of such conduit to be exposed. Requests for this deviation must be submitted in writing.No change in Contract Price or Schedule for such change will be allowed. D. Seal all openings, sleeves,penetration and slots as specified in Section 26 05 33. Westside WTP Plate Settler Expansion Project Electrical Work City of Fort Worth 26 00 00-9 100%/Submittal 0512-239525 09/16/2020 3.04 CUTTING AND PATCHING A. Coordinate with Divisions 2 and 3 for cutting and patching. B. Core drill holes in concrete floors and wails as required. Obtain written permission from the Owner/Engineer before core drilling any holes larger than two inches. C. Schedule the installation of work to provide the minimum amount of cutting and patching. D. Cutting or drilling holes for the installation of raceway through joists,beams, girders, columns or any other structural members is strictly prohibited. If a structural member is cut or drilled,restore the structural member to its previous condition in complete accordance with the instructions of the Structural Engineer, with no change in contract price or schedule regardless of the extent of the repairs required to restore the member to its previous condition. E. Cut opening only large enough to allow easy installation of the conduit. F. Patching shall be of the same kind and quality of material as was removed. G. The completed patching work shall restore the surface to its original appearance or better. H. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed. I. Remove rubble and excess patching materials from the premises. J. Existing conduits are cut at the floor line of wall line, they shall be filled with grout of suitable patching material approved by the Structural Engineer. 3.05 INSTALLATION A. Any work not installed according to the Drawings and this Section shall be subject to change as directed by the Owner/Engineer. No change in Contract Price or Schedule will be allowed for making these changes. B. All dimensions shall be field verified at the job site and coordinated with the work of all other trades. C. Electrical equipment shall always be protected against mechanical or water damage. Electrical equipment shall not be stored outdoors. Electrical equipment shall be stored in dry permanent shelters as required by each Specification Section. Do not install electrical equipment in its permanent location until structures are weather-tight.If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and tested as directed by the Owner/Engineer or shall be replaced with no change in Contract Price or Schedule, at the Owner/Engineer's discretion. D. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the Owner/Engineer's discretion. Westside WTP Plate Settler Expansion Project Electrical Work City of Fort Worth 26 00 00- 10 100%/Submittal 0512-239525 09/16/2020 E. Repaint any damage to the factory applied paint finish using touch-up paint furnished by the equipment manufacturer. If the metallic portion of the panel or section is damaged, the entire panel or section shall be replaced, at no additional cost to the Owner. F. NEMA 3R, 4 or 4X enclosures shall not have raceways entering from the top if the enclosure is installed in a damp or wet area. Should raceways be installed entering the top,the enclosure shall be replaced and raceways re-routed to enter the side or bottom. Conductors, if installed, shall be removed and replaced. Correction of raceways entering the top and conductor replacement shall be provided with no change in Contract Price or Schedule. G. Conduits exiting tray in airconditioned indoor electrical rooms will enter the top of electrical enclosures. The location of these conduits shall be coordinated with the HVAC duct vents such that cold air will not blow on the conduits causing condensation which will enter the electrical enclosures. After installation, inspect the conduits while the HVAC system is running to insure no condensation is forming and entering any electrical enclosure.Re-direct the air flow if possible or re-route the conduits to avoid condensation. Conductors in re-routed conduits shall be replaced, re-terminated. retested and the operation of the equipment retested with no change in the Contract Price or Schedule. 3.06 PHASE BALANCING A. The Drawings do not attempt to balance the electrical loads across the phases. Circuits on motor control centers and panelboards shall be field connected to result in evenly balanced loads across all phases. B. Field balancing of circuits shall not alter the conductor color coding requirements as specified in Section 26 05 19. 3.07 MANUFACTURER'S SERVICE A. Provide manufacturer's services for testing and start-up of the equipment as listed in each individual Specification Section. All settings, including those settings and arc flash labels required by the Power System Study, shall be made to the equipment and approved by the Owner/Engineer prior to energizing of the equipment. B. Testing and startup shall not be combined with training. Testing and start-up time shall not be used for manufacturer's warranty repairs. 3.08 TESTS AND SETTINGS A. Test systems and equipment furnished under Division 26 and repair or replace all defective work. Make adjustments to the systems as specified and/or required. B. All tests required by the individual specification Sections shall be completed prior to energizing electrical equipment. Submit a sample test form or procedure. and submit the required test reports and data to the Owner/Engineer for approval at least two weeks prior to the startup of the tested equipment. Include names of all test personnel and initial each test. Westside WTP Plate Settler Expansion Project Electrical Work City of Fort Worth 26 00 00- 11 100%/Submittal 0512-239525 09/16/2020 C. Check motor nameplates for correct phase and voltage. Check bearings for proper lubrication. D. Check wire and cable terminations for tightness. E. Check rotation of motors prior to energization. Disconnect driven equipment if damage could occur due to wrong rotation. If the motor rotates in the wrong direction, the rotation shall be imrnediately corrected, or tagged and locked out until rotation is corrected. F. Verify all terminations at transformers, equipment, capacitor connections,panels,and enclosures by producing a 1 2 3 rotation on a phase sequenced motor when connected to "A", "B" and "C" phases. G. Provide mechanical inspection,testing and setting of circuit breakers,disconnect switches,motor starters, control equipment, etc. for proper operation. H. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. I. Check the ampere rating of thermal overloads for motors and submit a typed record to the Owner/Engineer of same, including MCC cubicle location and load designation, motor service factor, horsepower, full load current and starting code letter. If inconsistencies are found, new thermal elements shall be supplied and installed. J. Verify motor power factor capacitor ratings. K. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks in advance. Provide qualified test personnel, instruments and test equipment. L. Refer to the individual equipment sections for additional specific testing requirements. M. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. 3.09 TRAINING A. Provide manufacturer's training as specified in each individual section of the Specifications. END OF SECTION 26 00 00 Westside WTP Plate Settler Expansion Project Electrical Work City of Fort Worth 26 00 00- 12 100%/Submittal 0512-239525 09/16/2020 SECTION 26 05 19—LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Refer to Division 26 00 00 and the Contract Drawings,for related work and electrical coordination requirements. 1.03 SUBMITTALS A. Shop Drawings 1. Submit catalog data of all wire and cable, connectors and accessories, specified under this Section with all selections,options and exceptions clearly indicated.All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. B. Certified Tests 1. Submit a test report of all installed wire insulation tests. 1.04 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70—National Electrical Code(NEC) 2. NEMA WC-5 — Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 3. ANSI/TIA/EIA 606A—Standard for telecommunications Infrastructure 1.05 QUALITY ASSURANCE A. The general construction of the wire, cables and the insulation material used shall be similar to that used for cable of the same size and rating in continuous production for at least 15 years and successfully operating in the field in substantial quantities. Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19- 1 100%/Submittal 0512-239525 09/16/2020 B. Wire and cable with a manufacture date of greater than 12 months previous will not be acceptable. C. Wire and cable shall be in new condition,with the manufacturer's packaging intact,stored indoors since manufacture, and shall not have been subjected to the weather. Date of manufacture shall be clearly visible on each reel. D. The manufacturer of these materials shall have produced similar electrical materials for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery,complete all submittal requirements,and present to the Owner/Engineer prior to delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Check for reels not completely restrained, reels with interlocking flanges or broken flanges, damaged reel covering or any other indication of damage. Do not drop reels from any height. C. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown on the reel and on surfaces free of obstructions that could damage the wire and cable. D. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. 1.07 WARRANTY A. Provide warranties,including the manufacturer's warrantee, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for five years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.01 GENERAL A. Wires and cables shall be annealed, 98% conductivity, soft drawn copper. B. All conductors shall be Class B stranded. C. Except for control, signal and instrumentation circuits, wire smaller than #12 AWG shall not be used. Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19-2 100%/Submittal 0512-239525 09/16/2020 2.02 POWER& BUILDING WIRE A. All building wire shall be stranded copper conductors, Type XHHW-2 B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 4. RSCC Wire& Cable 5. Encore Wire 6. Approved equal 2.03 VARIABLE FREQUENCY DRIVE CABLE A. Cable for use with VFDs shall be symmetrical design, three stranded Class D, tinned copper, circuit conductors with XLPE insulation, three bare copper grounds, 100% shields with 50% overlap, and overall PVC jacket. Cable shall be 2000 volt, UL 1277 Type TC, XHHW-2 rated, 90°C., IEEE 1202/383. B. Manufacturers 1. Belden 2. General Cable 3. Southwire 4. Okonite 5. RSCC Wire& Cable 6. Encore Wire 7. Approved equal 2.04 TRAY CABLE A. Cable for tray use shall be stranded copper conductors, Type XHHW-2 insulation, rated as UL Type TC cable. Cable shall be sunlight resistant and approved for direct burial. B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 4. RSCC Wire& Cable 5. Encore Wire 6. Approved equal Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19-3 100%/Submittal 0512-239525 09/16/2020 2.05 GROUNDING ELECTRODE CONDUCTOR A. Grounding electrode conductor shall be stranded copper conductor, Type XHHW-2 with green insulation. B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 4. RSCC Wire& Cable 5. Encore Wire 6. Approved equal 2.06 BONDING JUMPER A. Bonding Jumper shall be bare tinned stranded copper conductor. B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 4. RSCC Wire & Cable 5. Encore Wire 6. Approved equal 2.07 CONTROL WIRE AND CABLE A. Control wire shall be NEC Type XHHW-2. B. Multi-conductor control cable, shall be stranded, #14 AWG 600-volt, XHHW-2, insulated, PVC outer jacket overall, Type TC,UL rated for underground wet location. C. Manufacturers 1. Southwire 2. Okonite 3. General Cable 4. RSCC Wire& Cable 5. Encore Wire 6. Approved equal 2.08 INSTRUMENTATION CABLE A. Cables for 4-20 ma, RTD,potentiometer and similar signals shall be PLTC rated and shall be: 1. Single pair cable: Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19-4 100%/Submittal 0512-239525 09/16/2020 a. Conductors: Two#16 AWG stranded,tinned and twisted on two-inch lay b. Insulation: PVC with 600-volt, 90°C rating C. Shield: 100%Mylar tape with drain wire d. Jacket: PVC with manufacturer's identification e. UL1685 listed for underground wet location use f. Manufacturers 1) Okonite 2) Belden 3) Approved equal 2. Three conductor(triad) cable: a. Conductors: Three#16 AWG stranded, tinned and twisted on two-inch lay b. Insulation: PVC with 600-volt, 90°C rating C. Shield: 100%Mylar tape with drain wire d. Jacket: PVC with manufacturer's identification e. UL1685 listed for underground wet location use f. Manufacturers: 1) Okonite 2) Belden 3) Approved equal 3. Multiple pair cables (where shown on the Drawings): a. Conductor: Multiple pairs, #16 AWG stranded, tinned and twisted on a two-inch lay b. Insulation: PVC with 600-volt, 90°C rating C. Shield: Individual pairs shielded with 100%Mylar tape and drain wire d. Jacket: PVC with manufacturer's identification C. UL1685 listed for underground wet location use f. Manufacturers: 1) Okonite 2) Belden 3) Approved equal 2.09 COMMUNICATION CABLES A. Cables for Ethernet and RS485 shall be rated and shall be: 1. Category 5e above Grade shielded Cable a. Conductors: Four bonded pair#24 AWG Bare Copper b. Insulation: Polyolefin C. Shield: 100% aluminum foil polyester tape with drain wire d. Jacket: PVC with 600-volt rated and manufacturer's identification e. UL21047 and UL1666 listed for indoor and dry locations use Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19-5 100%/Submittal 0512-239525 09/16/2020 f. Manufacturers 1) Belden 7957A 2) Approved equal 2. Category 5e above Grade un-shielded Cable a. Conductors: Four bonded pair#24 AWG Bare Copper b. Insulation: Polyolefin C. Jacket: PVC with 300-volt rated and manufacturer's identification d. NEC CMR e. UL1666 listed for indoor and dry locations use f. Manufacturers 1) Belden 7923A 2) Approved equal 3. Category 6 above Grade shielded Cable a. Conductors: Four bonded pair#23 AWG Bare Copper b. Insulation: Polypropylene C. Shield: 100% aluminum foil polyester tape with drain wire d. Jacket: PVC with 600-volt rated and manufacturer's identification C. Transmission Standards: Category 6 - TIA 568.C.2 f. NEC CMR g. Flame Test Method: UL1666 Vertical Riser listed for indoor and dry locations use It. Manufacturers 1) Belden 7953A 2) Approved equal 4. Category 6 above Grade un-shielded Cable a. Conductors: Four bonded pair#23 AWG Bare Copper b. Insulation: Polyolefin C. Jacket: PVC with 300-volt rated and manufacturer's identification d. Transmission Standards: Category 6 -TIA 568.C.2 C. Nominal Velocity of Propagation: 72% f. Flame Test Method: UL1666 Vertical Riser listed for indoor and dry locations use g. Manufacturers 1) Belden 7940A 2) Approved equal 5. Category 5e below Grade shielded Cable a. Conductors: Four pair#24 AWG Bare Copper b. Insulation: Polyolefin C. Shield: 100% aluminum foil polyester tape with drain wire Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19-6 100%/Submittal 0512-239525 09/16/2020 d. Jacket: LLPE (Linear Low Density Polyethylene) with 300-volt rated and manufacturer's identification e. Misc.: NEMA WC-63.1, listed for outdoor and wet locations use f. Water Blocking compound and listed for direct bury applications. g. Manufacturers 1) Belden 7937A 2) Black Box 3) Approved equal 6. Category 5e below Grade unshielded Cable a. Conductors: Four pair#24 AWG Bare Copper b. Insulation: Polyolefin C. Jacket: LLPE (Linear Low-Density Polyethylene) with 300-volt rated and manufacturer's identification d. Misc.: NEMA WC-63.I, listed for outdoor and wet locations use. e. TIA-568-C.2 Category 5e compliance f. Water Blocking compound and listed for direct bury applications. g. Manufacturers 1) Belden 7934A 2) CommScope Ultra 115NF4 3) Approved equal 7. Category 6 below Grade Cable a. Conductors: 4 pair 23AWG Bare Copper b. Insulation: Polyolefin C. Shield: 100 percent aluminum foil polyester tape with drain wire d. Jacket: Polyethylene with 300 volts rated and manufacturer's identification e. Misc.: Gel filled and NEMA WC-63.I, listed for outdoor and wet locations use £ Manufacturers: 1) CommScope SYSTIMAX GigaSPEED X10D 1571 2) Approved equal 8. 485 Communications Cable a. Conductors: One pair 424 AWG Tinned Copper b. Insulation: Polyethylene C. Shield: 100% aluminum foil polyester tape with tinned copper drain wile d. Jacket: PVC with 300-volt rated and manufacturer's identification C. Misc.: UL2919 listed for indoor and dry locations use f. Manufacturers 1) Belden 9841 2) Approved equal B. Color code for Ethernet communications cables shall be as follows. Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19-7 100%/Submittal 0512-239525 09/16/2020 1. Green—CAT5e Phone/Data 2. Red—CAT5e SCADA 3. Blue—CAT6—Phone/Data 4. White—CAT6 - SCADA 2.10 TERMINATION MATERIALS A. Power Conductors: Termination materials, of conductors at equipment, shall be as specified in the relevant equipment Section. B. Control and Instrumentation Conductors (including graphic panel, alarm, low- and high-level signals): Termination connectors shall be DIN-rail-mounted one-piece molded plastic blocks with tubular-clamp-screw type,with end barriers,dual side terminal block numbers and terminal group identifiers. Terminals to be UL Listed for stranded conductor terminations. Rated for a maximum of 2#14 stranded conductors. Color of terminals to comply with NFPA 79. C. Manufacturers 1. Phoenix Contact 2. Entrelec 3. Weidmuller 4. Allen Bradley 5. Approved equal D. Motor Conductors: Motor connections with conductors #12 AWG up to #6 AWG shall be ring type compression terminations on the motor leads and secured with bolt, nut and spring washer. Connections shall be -30°C rubber insulated, half lap, and two layers minimum of Scotch 33 or equal vinyl tape. Motor terminations for conductors#8 AWG and larger shall be in accordance with paragraph"Lugs and Connectors"below. Motors provided on this project per specification 260550 and/or 260551 shall have motor terminals enclosures with bus and NEMA one-hole or two-hole pads to accommodate the conductor terminals specified herein. E. Lugs and Connectors 1. All lugs and connectors shall be tin plated copper and shall be crimped type, installed with standard industry tooling. Lugs and connectors shall match the wire size where used, and shall be clearly identified and color coded on the connector. All connections shall be made for stranded wire and shall be made electrically and mechanically secured. The lugs and connectors shall have a current carrying capacity equal to the conductors for which they are rated and meet UL 486 requirements for 75°C.Lugs for#12 AWG up to#6 AWG shall be ring terminals. Conductors#4 AWG and larger shall be two-hole long barrel lugs with NEMA spacing. All lugs shall be the closed end construction to exclude moisture migration into the cable conductor. 2.11 SPLICE MATERIALS A. Power Conductors: Circuits shall be pulled from terminal to terminal, without splicing, except where splicing is shown on the Drawings. No other splicing will be permitted. For wires sizes Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19-8 100%/Submittal 0512-239525 09/16/2020 48 AWG and smaller, provide color coded wire nuts, with metal inserts, 3M or Ideal, rubber insulated with half lap and two layers minimum of Scotch 33 tape. For wires greater than #8 AWG, provide a heat shrink insulated, color-coded, die-crimped splice lug, T&B 54XXX, or equal,rubber insulated,with half lap and two layers minimum of Scotch 33 tape. B. Control and Instrumentation Conductors (including graphic panel, alarm, low and high level signals): No splicing of control and instrumentation conductors will be permitted. 2.12 WALL AND FLOOR SLAB OPENING SEALS A. Wall and floor slab openings shall be sealed with "FLAME-SAFE" as manufactured by the Thomas &Betts Corp. or equal. 2.13 WIRE AND CABLE TAGS A. Use the tagging formats for wire and cable as shown on the Drawings. Where modifications or additions are made to existing wire and cable runs,replace existing tags with new modified tags. B. Wire tags for wire sizes,42 AWG and smaller, shall be heat shrink type Raychem TMS-SCE,or approved equal with the tag numbers typed with an indelible marking process. Character size shall be a minimum of 1/8-inch in height. Hand written tags shall not be acceptable. Where ends are not available, attach cable tags with nylon tie cord. C. Tags for wires larger than#2 AWG and all cables shall be thermally printed polyethylene type, Brady TLS 2200 or approved equal, nylon zip tied in accordance with the manufacturer's instructions. D. Tags relying on adhesives or taped-on markers are not acceptable. E. Tagging shall be done in accordance with the execution portion of these Specifications. 2.14 WIRE COLOR CODE A. All wire shall be color coded or coded using electrical tape in sizes 48 or greater, where colored insulation is not available. Where tape is used as the identification system, it shall be applied in all junction boxes, manholes and other accessible intermediate locations as well as at each termination. B. The following coding shall be used: System Wire Color I-Phase, 3 Wire Phase A Black Phase B Blue Neutral White 208Y/120,Volts Phase A Black 3-Phase, 4 Wire Phase B Red Phase C Blue Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19-9 100%/Submittal 0512-239525 09/16/2020 Neutral White 480/277,Volts Phase A Brown 3-Phase, 4 Wire Phase B Orange Phase C Yellow Neutral Gray/White with one or more colored stripes 2.15 CABLE TAG COLOR CODE A. All cable tags shall be white in color with black printing. PART 3 - EXECUTION 3.01 GENERAL A. Do not install conductors until the raceway system is in place. No conductor shall be installed between outlet points, junction points or splicing points, until raceway sections have been completed, and raceway covers are installed for protection of conductors from damage or exposure to the elements. Any conductor installed in an incomplete raceway system shall be removed from the raceway system and from project site. A complete inspection of such raceway sections shall be completed,before new conductors are installed. B. Installed unapproved wire shall be removed and replaced at no additional cost to the Owner. C. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. D. Pull all conductors into a raceway at one time, using wire pulling lubricant as needed to protect the wire. E. Except for hand-pulled conductors into raceways,all wire and cable installation shall be installed with tension-monitoring equipment. Conductors which are found to have been installed without tension—monitoring shall be immediately removed from the raceways,permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled, tagged and raceways resealed, with no change in the Contract Price or Schedule allowed. F. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Where pulling compound is used, use only UL listed compound compatible with the cable outer jacket and with the raceway involved. G. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch-pound requirements of the NEC and UL. H. Single conductors and cables in manholes, hand holes, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as are and fireproofing tapes, shall Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19- 10 100%/Submittal 0512-239525 09/16/2020 be bundled throughout their exposed length with nylon,self-locking,releasable, cable ties placed at intervals not exceeding four inches on centers. I. All wire and cable installed in cable trays shall be UL Listed as Type TC, for cable tray use. 3.02 CONDUCTORS 1000 VOLTS AND BELOW A. Provide conductor sizes indicated on Drawings,as a minimum. B. Use crimp connectors on all stranded conductors. C. Soldered mechanical joints insulated with tape will not be acceptable. D. Arrange wiring in cabinets and panels neatly cut to proper length Surplus wire shall be removed unless noted otherwise. Conductors shall be bridled or bundled and secured in an acceptable manner. Identify all circuits entering motor control centers and all other control enclosures in accordance with the conductor identification system specified herein. E. Terminate control and instrumentation wiring with methods consistent with terminals provided, and in accordance with terminal manufacturer's instructions. F. Attach compression lugs,larger than#6 AWG,with a tool specifically designed for that purpose which provides a complete, controlled crimp where the tool will not release until the crimp is complete. Use of plier type crimpers is not acceptable. G. Cap spare conductors and conductors not terminated with the UL listed end caps. H. Remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors passing through holes or over edges in sheet metal enclosures. 1. Provide at least 6 feet spare conductors in freestanding panels and at least two feet spare in other assemblies for all conductors which are to be terminated by others. Provide additional conductor length in any assembly where it is obvious that more conductor will be needed to reach the termination point. J. Do not combine power conductors in the same raceway unless shown on Drawings. Do not run signal conductors carrying voltages less than 120 volts AC in the same raceway as conductors carrying higher voltages regardless of the insulation rating of the conductors. Do not share neutrals on branch circuits. 3.03 GROUNDING A. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment shall be properly grounded in accordance with NEC requirements and specification 260526.Ground wires exposed to mechanical damage shall be installed in rigid aluminum conduit. Make connections to equipment with solderless connections. Connections to ground rods shall be of the fused type equal to the Cadweld process. Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19- 11 100%/Submittal 0512-239525 09/16/2020 3.04 TERMINATIONS AND SPLICES A. No splices of wire and cable will be permitted, except where specifically permitted by the Owner/Engineer in writing, or as shown on the Drawings. B. Power conductors: Terminations shall be made with connectors as specified. Splices, where specifically allowed as stated above, shall be made in a Termination Cabinet(TC). C. Control Conductors: Splices of control conductors will not be permitted between terminal points. Terminations shall be made with approved terminals as specified. D. Instrumentation Signal Conductors (including graphic panel, alarm, low and high level signals): Splices of Instrumentation conductors will not be permitted between terminal points. Terminations shall be made with connectors as specified. The shield of pair shielded and triad shielded shall be terminated on terminal strips. Provide dedicated terminal block to every conductor including shields. Double lugging terminations is not acceptable. 3.05 INSTRUMENTATION CABLES A. Instrumentation cables shall be installed in raceways as specified. Unless specifically shown on the Drawings, all instrumentation circuits shall be installed as single shielded twisted pair cables or single shielded twisted triads. In no case shall a circuit be made up using conductors from different pairs or triads. Triads shall be used wherever three wire circuits are required. B. Terminal blocks shall be provided at all instrument cable junction boxes, and all circuits shall be identified at such junctions. C. Shielded instrumentation wire,coaxial cable,data highway cable,discrete I/O,multiple conductor cable, and fiber optic cables shall be run without splices between instruments, terminal boxes, or panels. The shield shall be continuous for the entire run. D. Shields shall be grounded at the PLC/RTU. Terminal blocks shall be provided for inter-connecting shield drain wires at all junction boxes. Individual circuit shielding shall be provided with its own block. E. Shield wire shall be wrapped and taped at the transmitter end of the signal nun.Before termination, peel back the outer sheath, leaving the shield intact. Wrap the drain wire around the conductors, leaving approximately two inches exposed. Wrap the drain wire with two layers of Scotch 33 tape. 3.06 WIRE TAGGING A. All wiring shall be tagged at all termination points and at all major access points in the electrical raceways. A termination point is defined as any point or junction where a wire or cable is physically connected. This includes terminal blocks and device terminals. A major access point to a raceway is defined as any enclosure; box or space designed for wire or cable pulling or inspection and includes pull boxes, manholes, and junction boxes. Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19- 12 100%/Submittal 0512-239525 09/16/2020 B. Wire tags shall show both origination and destination information to allow for a wire or cable to be traced from point in the field. Information regarding its origination shall be shown in parenthesis. C. For multiconductor cables, both the individual conductors and the overall cable shall be tagged. Conductors that are part of a multiconductor cable shall reference the cable identification number that they are a part of, as well as a unique conductor number within the cable. 3.07 CABLE TAGGING A. All cables shall be tagged at all termination points and at all major access points in the electrical raceways as defined in the wire tag section of this Specification. B. The cable tag shall be installed where the cable enters and leaves each access point(e.g.,junction box, manhole, etc.). In cases of limited access space, a single tag may be used that shows both equipment tag origination and destination. In the case where the jacket is stripped for terminations, the tag shall be installed at the end of the jacket. 3.08 RACEWAY SEALING A. Raceways entering junction boxes or control panels containing electrical or instrumentation equipment shall be sealed with 3M 1000NS Watertight Sealant or approved equal. B. This requirement shall apply to for all raceways in the conduit system. 3.09 FIELD TESTS A. Conductors under 600 volts 1. Perform insulation resistance testing of all power circuits below 1000 volts with a 1000- volt megger, in accordance with the recommendations of the wire manufacturer. 2. Prepare a written test report of the results and submit to the Owner/Engineer prior to final inspection. 3. Minimum acceptable value for insulation resistance is 100 megohms. Lower values shall be acceptable only by the Owner/Engineer's specific written approval. 4. Disconnect equipment that might be damaged by this test. Perform tests with all other equipment connected to the circuit. B. Tests: After instrumentation cable installation and conductor termination by the instrumentation and control supplier,perform tests to ensure that instrumentation cable shields are isolated from ground,except at the grounding point in the instrumentation control panel. Remove all improper grounds. END OF SECTION 26 05 19 Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19- 13 100%/Submittal 0512-239525 09/16/2020 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Low-Voltage Electrical Power Conductors and Cables City of Fort Worth 2605 19- 14 100%/Submittal 0512-239525 09/16/2020 SECTION 26 05 26—GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to install a complete Grounding and Bonding System,in strict accordance with Article 250 of the National Electrical Code(NEC), and as shown on the Drawings and specified herein. B. The system shall include ground wires, ground rods, exothermic connections, mechanical connectors, structural steel connections, all as shown on the Drawings,and as specified herein,to provide a bonding to earth ground of all metallic materials likely to become energized. 1.02 RELATED WORK- A. Refer to Division 26 00 00 and the Contract Drawings,for related work and electrical coordination requirements. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division 1 and Section 26 00 00, shop drawings and product data, for the following: 1. Ground rods. 2. Grounding conduit hubs. 3. Wateipipe ground clamps. 4. Buried grounding connections. 5. Compression lugs. 6. Exothermic bonding system. B. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files on a CD and/or a flash drive and shall include an indexed Table of Contents. Electronic submittals are mandatory, and any submittal received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. C. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. Westside WTP Plate Settler Expansion Project Grounding and Bonding for Electrical Systems City of Fort Worth 26 05 26- 1 100%/Submittal 0512-239525 09/16/2020 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70—National Electrical Code(NEC) 2. UL 467-2007 --Grounding and Bonding Equipment 3. NFPA 70E—Standard for Electrical Safety in the Workplace B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories, 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimrun period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements,and present to the Owner/Engineer prior to delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. 1.07 WARRANTY A. Provide warranties, including the manufacturer's warrantee, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for five years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner PART 2 - PRODUCTS 2.01 RACEWAYS A. Conduit shall be as specified under Section 26 05 33. Westside WTP Plate Settler Expansion Project Grounding and Bonding for Electrical Systems City of Fort Worth 26 05 26-2 100%/Submittal 0512-239525 09/16/2020 B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in accordance with the NEC. Minimum sizes shall be 412 AWG unless otherwise indicated on the drawings. 2.02 CONDUCTORS A. Conductors shall be as specified under Section 260519. B. Equipment grounding conductors shall be [tinned] insulated XHHW-2 conductors. Conductors shall be green where available from the wire manufacturers or marked with green tape as specified under 260519. C. Grounding electrode conductors shall be bare tinned copper where direct buried, r encased in concrete. Bare grounding electrode conductors or lightning protection conductors where exposed to damage shall be installed in conduit. Grounding electrode conductors or lightning protection down lead conductors shown, specified or required to be installed in conduit per the NEC with no other conductors shall be bare tinned copper. Bare conductors installed in metallic conduits shall be bonded to the metallic conduit at both ends. D. Grounding electrode conductors routed between concealed grounding electrodes or interconnecting grounding electrode counterpoise loop conductors to exposed(IE"Pigtails")shall be tinned copper. i 2.03 GROUNDING ELECTRODES A. Ground rods shall be 3/4-inch by 10-foot copper clad steel and constructed in accordance with UL 467. The minimum copper thickness shall be 10 mils. B. Manufacturers for ground rods 1. ERICO 2. Copperweld 3. Approved equal. 2.04 CONNECTORS AND CONNECTIONS A. Waterpipe ground clamps shall be cast bronze. 1. Manufacturers a. Thomas &Betts Co. Cat. JPT b. Burndy C. O.Z. Gedney Co. d. Cooper Power Systems e. Erico f. Harger g. Approved equal h. Provide the correct size for the pipe. Westside WTP Plate Settler Expansion Project Grounding and Bonding for Electrical Systems City of Fort Worth 26 05 26-3 100%/Submittal 0512-239525 09/16/2020 B. Other grounding system clamps,where specified or shown shall be cast bronze. 1. Manufacturers a. Thomas &Betts Co. b. Burndy C. O.Z. Gedney Co. d. Cooper Power Systems C. Erico f. Harger g. Approved equal. C. All concealed grounding system or lightning protection system connections shall be by an exothermic weld process 1. Manufacturers a. T&B Furseweld SCR1 b. Burndy Therrnoweld C. Cadweld d. Approved equal. 2. Exothermic welded connections shall be used in exposed locations as specified herein. D. Provide a Burndy Hyground Irreversible Compression System or equal in areas where the Owner's operations prevent the use of an exothermic welded connection. The use of a compression system ground connection is otherwise prohibited without written approval on a case-by-case basis from the Owner or Engineer. Permission shall be submitted through the RFI process. Compression connectors installed without permission shall be removed and replaced with exothermic weld connections with no change in the Contract Price or change in the Contract Schedule allowed. E. All grounding connections which would require exothermic welding in a Class 1 Division 1 Area as determined by NFPA 820,or the Engineer,or the NEC Authority Having Jurisdiction shall use a Burndy Hyground hreversible Compression System, or equal. PART 3 - EXECUTION 3.01 INSTALLATION A. Route exposed grounding electrode conductors in rigid aluminum conduits to protect the conductors from damage. The rigid conduits shall be aluminum or PVC-coated aluminum conduits as specified in 26 05 33. Bond the protecting conduits to the grounding electrode conductors at both ends. Water pipe grounding connections shall not be painted. Painted connections shall be disassembled,replaced and reconnected. B. Install equipment grounding conductors in all raceways for the power, control and instrumentation systems. Grounding conductors shall be independent conductors and shall be separate from all shield drain wires. Westside WTP Plate Settler Expansion Project Grounding and Bonding for Electrical Systems City of Fort Worth 26 05 26-4 100%/Submittal 0512-239525 09/16/2020 C. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment shall be properly bonded in accordance with NEC requirements. Where ground wire is exposed to mechanical damage, install wire in rigid metallic conduit. D. In NEC classified areas, connection of grounding electrode connections to structural steel columns shall be made with long barrel type one-hole heavy duty copper compression lugs,bolted through 1/2-inch maximum diameter holes drilled in the column web, with stainless steel hex head cap screws and nuts. E. In new construction, bond each building column to the grounding electrode counterpoise system whether nor not specifically shown on the Drawings using grounding electrode conductors. Grounding electrode conductors rising from the counterpoise to bond to a column shall be made using an insulated conductor the same size as the conductors used to form the counterpoise. Exposed grounding electrode conductors shall be routed in rigid conduit. Bond metallic conduits as specified. Grounding electrode conductor connections to structural steel columns shall be made with as permitted by the Structural Engineer with long barrel type one-hole heavy duty copper compression lugs,bolted through 1/2-inch maximum diameter holes drilled in the column web, with stainless steel hex head cap screws and nuts. Exothermic welds are acceptable in non- classified areas if approved by the Structural Engineer. F. Metal conduits stubbed into a motor control center shall be terminated with insulated grounding bushings and connected to the motor control center ground bus. Bond boxes mounted below E motor control centers to the motor control center ground bus. Size the grounding wire in accordance with NEC Table 250.122, except that a minimum#12 AWG shall be used. G. Liquid tight flexible metal conduit in sizes 1-1/2-inch and larger shall have bonding jumpers. Bonding jumpers shall be external,run parallel(not spiraled) and fastened with plastic tie wraps. H. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized as shown with a minimum size in accordance with NEC Article 250.66. 1. Provide power system grounding electrodes (ground rods) no closer than twice the length of the ground rod. Where a lightning protection is specified to be provided,the Contractor shall provide a dedicated lightning protection system grounding electrode (ground rod) at the end of every down lead if no counterpoise is present or shall connect directly to the power system counterpoise without driving a separate ground rod. Refer to Section 26 4100 for lightning protection system specifications. J. Provide a#1/0 AWG bare tinned grounding conductor the full length of each cable tray system, bond each section and tray fitting to the tray grounding conductor. Route the tray grounding conductor along the outside of the cable tray. Install no grounding clamps on the inside of the tray to avoid damage to tray conductors. Bond the tray grounding conductor to the power system counterpoise grounding electrode system at the end of the tray, or for tray systems installed in a loop configuration,bond in at least two locations at opposite sides of the tray loop. Bond every enclosure to which tray conductors are routed to the tray grounding conductor. Bond every conduit or raceway routing tray conductors away from or to the tray system to the cable tray and to the cable tray grounding conductor. Westside WTP Plate Settler Expansion Project Grounding and Bonding for Electrical Systems City of Fort Worth 26 05 26-5 100%/Submittal 0512-239525 09/16/2020 K. All equipment enclosures, motor and transformer frames, conduits systems, cable tray, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. L. Seal exposed connections between different metals with no-oxide paint, Grade A or equal. M. Lay all underground grounding conductors' slack and, where exposed to mechanical injury, protect by pipes or other substantial guards. If guards are iron pipe, or other magnetic material, electrically connect conductors to both ends of the guard. Make connections as specified herein. N. Care shall be taken to ensure good ground continuity,between the conduit system and equipment frames and enclosures. Where necessary, bonding jumper conductors shall be provided. O. Ground all grounding type receptacles to the outlet boxes with a minimum,#12 AWG XHHW-2 stranded green conductor, connected to the ground terminal of the receptacle and bonded to the outlet box by means of a grounding screw. 3.02 INSPECTION AND TESTING A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance to ground of the system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall-of-potential method. C. All test equipment shall be provided under this Section and approved by the Owner/Engineer. D. Resistance to ground testing shall be preceded by no precipitation for a minimum of five days. Submit test results in the form of a graph showing the number of points measured(12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the electrical distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. END OF SECTION 260526 Westside WTP Plate Settler Expansion Project Grounding and Bonding for Electrical Systems City of Fort Worth 26 05 26-6 100%/Submittal 0512-239525 09/16/2020 SECTION 26 05 29—HANGERS AND SUPPORTE FOR ELECTRICAL SYSTEMS PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install electrical support hardware,as shown on the Drawings and as specified herein. B. Hardware shall include anchor systems, adhesive anchor systems, metal framing systems, and other electrical support systems, as shown on the Drawings and specified herein. 1.02 RELATED WORK- A. Refer to Division 26 00 00 and the Contract Drawings,for related work and electrical coordination requirements. 1.03 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Umnarked cut sheets will cause the submittal to be rejected and returned for revision. B. The submittal information, for anchor systems, shall contain manufacturer's specifications and technical data including; 1. Acceptable base material conditions (i.e. cracked,un-cracked concrete) 2. Acceptable drilling methods 3. Acceptable bore hole conditions (dry,water saturated,water filled,under water) 4. Manufacturer's installation instructions including bore hole cleaning procedures and adhesive injection. 5. Cure and gel time tables 6. Temperature ranges (storage, installation and in-service). C. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files on a CD and/or a flash drive and shall include an indexed Table of Contents. Electronic submittals are mandatory, and any submittal received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. D. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review. Westside WTP Plate Settler Expansion Project Hangers and Supports for Electrical Systems City of Fort Worth 26 05 29- 1 100%/Submittal 0512-239525 09/16/2020 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 National Electrical Code(NEC) 2. NFPA 70E Standard for Electrical Safety in the Workplace 3. ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in Concrete and Masonry Elements,ASTM International. 4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of Adhesive- Bonded Anchors,ASTM International 5. AC308; Acceptance Criteria for Post-Installed Anchors in Concrete Elements, Latest revision. 6. SAE 316 Stainless Steel Grades B. All equipment components and completed assemblies having a UL standard specified in this Section of the Specifications, shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, a list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, all submittal requirements must be complete, and an approved copy of all such submittals shall be available to the Owner/Engineer prior to delivery of the equipment. Delivery of equipment not completely constructed,onsite factory work,or failed factory tests will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Adhesive Anchor Systems. I. Deliver materials undamaged in Manufacturer's clearly labeled, unopened containers, identified with brand, type, and ICC-ES Evaluation Report number. 2. Coordinate delivery of materials with scheduled installation date,minimizing storage time at job-site. 3. Store materials under cover and protect from weather and damage in compliance with Manufacturer's requirements, including temperature restrictions. 4. Comply with recommended procedures, precautions or remedies described in material safety data sheets as applicable. 5. Do not use damaged or expired materials. 6. Storage restrictions (temperature range)and expiration date must be supplied with product Westside WTP Plate Settler Expansion Project Hangers and Supports for Electrical Systems City of Fort Worth 26 05 29-2 100%/Submittal 0512-239525 09/16/2020 D. Metal Framing Systems 1. Material shall be new and unused,with no signs of damage from handling. 1.07 WARRANTY A. Provide warranties, including the manufacturer's warrantee, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for five years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.01 ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. HILTI Kwik Bolt 3 b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Torque controlled expansion anchor consisting of anchor body, expansion element (wedges),washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 2. All parts shall be 316 stainless steel materials conforming to SAE 316. 3. UL 203 Rated. 2.02 ADHESIVE ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. HILTI HIT-RTZ with HIT-HY 200 MAX. b. Approved equal Westside WTP Plate Settler Expansion Project Hangers and Supports for Electrical Systems City of Fort Worth 26 05 29-3 100%/Submittal 0512-239525 09/16/2020 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Anchor body with helical cone shaped thread on the embedded end and standard threads on the exposed end,with washer and nut, inserted into Injection adhesive.Anchor shall be used for anchor sizes 3/8 inch and larger. 2. All parts shall be 316 stainless steel materials conforming to SAE 316 standards. 2.03 STRUT SUPPORT SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Tyco Unistrut b. B-Line C. Super-Strut d. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Metal framing system for use in the mounting or support of electrical systems,panels and enclosures, and including lighting fixture supports, trapeze hangers and conduit supports. 2. Components shall consist of telescoping chamlels, slotted back-to-back channels, end clamps all threads and conduit clamps. 3. Minimum sizes shall be 13/16-inch through 3-1/4 inch. 4. Components shall be assembled by means of flat plate fittings, 90-degree angle fittings, braces, clevis fittings, U-fittings, Z-fittings, Wing-fittings, Post Bases, channel nuts, washers, etc. 5. Field welding of components will not be permitted. 6. Unless otherwise specified or shown on the Drawings, all parts shall be 316 stainless steel material conforming to SAE 316. 7. Framing systems for chlorine and ammonia rooms shall be manufactured of structural fiberglass. 2.04 STAINLESS TIES A. Acceptable Manufacturers Westside WTP Plate Settler Expansion Project Hangers and Supports for Electrical Systems City of Fort Worth 26 05 29-4 100%/Submittal 0512-239525 09/16/2020 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. PANDUIT b. PHONIX CONTACT C. Gardner Bender d. Approved Equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Cable Ties for securing and supporting of flexible raceway and conductors. 2. Self-locking mechanism. 3. Material shall be 304 Stainless Steel unless otherwise directed as shown on the drawings. C. Locations for Use 1. Cable Ties of stainless steel to be used in wet environments,where exposed to process, or when exposed to sunlight 2. Self-locking mechanism. PART 3 - EXECUTION 3.01 GENERAL A. Install all equipment strictly in accordance with the manufacturer's instructions and the Contract Drawings. B. The locations of devices are shown as general on the Drawings and may be varied within reasonable limits as to avoid any piping or other obstruction without change in the Contract Price or Schedule, subject to the approval of the Owner and Engineer. Coordinate the installation of the devices for piping and equipment clearance. C. No electrical equipment or raceways shall be attached to or supported from, sheet metal walls. D. Install required safety labels. E. Electrical support channel shall be used to construct support assemblies as shown on the drawings. Horizontal braces attached to concrete or CMU walls or structural building steel are permitted if the space between the back of the support structures and the attachment points are too small to permit a walk space. No attachments to sheet metal are permitted as specified above. Incorporate additional channel materials and/or provide assemblies of double channel with enough vertical and horizontal members to from a rigid structure whether or not such additional materials or the use of double channel materials are shown or specified. Support structures shall be rigid without the use of channels to from angle supports between the back or front of the assembly and the Westside WTP Plate Settler Expansion Project Hangers and Supports for Electrical Systems City of Fort Worth 26 05 29-5 100%/Submittal 0512-239525 09/16/2020 ground. Angle supports are strictly prohibited because they provide tripping hazards. Outdoor supports structures shall be able to support the equipment with the structural strength to withstand wind gusts up to 90 mph without damage. 3.02 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections.Minimum acceptable values are specified in manufacturer's instructions. 3.03 POST INSTALLED ANCHOR SYSTEMS A. Prior to installation of the anchor systems, the hole shall be clean and dry in accordance with the manufacturer's instructions. 3.04 CLEANING A. Remove all rubbish and debris from inside and around the installation. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean,lint free rags. Do not use compressed air. END OF SECTION 26 05 29 Westside WTP Plate Settler Expansion Project Hangers and Supports for Electrical Systems City of Fort Worth 26 05 29-6 100%/Submittal 0512-239525 09/16/2020 SECTION 26 05 33—RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.01 SCOPE OF WORK- A. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. A raceway system shall consist of materials designed expressly for containing wires and cables, including but not limited to, conduit, device bodies, conduit bodies, raceway boxes, enclosures containing electrical devices, controls and related materials. B. Raceways and conductors that are listed on the raceway and conductor schedules are generally not shown on the Drawings, except where they are required to pass through a restricted or designated space. Raceways indicated to be run "exposed" on the schedules shall be run near the ceilings or along the walls of the areas through which they pass and shall be routed to avoid conflicts with 1 VAC ducts,cranes and hoists,lighting fixtures,doors and hatches,etc. Raceways indicated to be run concealed shall be run in the center of concrete floor slabs, in partitions, or above hung ceilings, as required. 1.02 RELATED WORK A. Refer to Division 26 00 00 and the Contract Drawings,for related work and electrical coordination requirements. 1.03 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers of all materials specified. 1. Cut sheets for each individual item shall be submitted. 2. Each cut sheet shall be clearly marked to indicate the item submitted and/or mark out items which are not being submitted for approval. Submittals not clearly marked will be returned with the indication REVISE AND RESUBMIT as a minimum or other indication per the specifications as warranted. B. Submit to the Owner/Engineer,certification that the electricians installing the PVC coated conduit have a five-year minimum experience,in the installation of the product. C. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files on a CD and/or a flash drive and shall include an indexed Table of Contents. Electronic submittals are mandatory, and any submittal received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33- 1 100%/Submittal 0512-239525 09/16/2020 D. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): I. NFPA 70—National Electrical Code(NEC) 2. NFPA 70E—Standard For Electrical Safety in the Workplace 3. UL 6A—Electrical Rigid Metal Conduit 4. ANSI C80.5—Electrical Rigid Aluminum Conduit 5. UL 514B—Outlet Bodies B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. C. The installer of materials specified herein, shall have a minimum of five years' experience in the installation of each type of material. Proof of experience shall be submitted, upon request of the Owner/Engineer,prior to installation. D. Used materials are unacceptable, will be rejected and shall be removed from the job site. Used materials, if installed, shall be removed and replaced with new materials. If new materials are installed with used materials, and the removal of the used materials renders the new materials in an unacceptable condition, such as new conductors installed in used raceway components, (determined by the Engineer/Owner alone) then the new materials shall be removed along with the used materials and replaced. No increase in the Contract Price nor in Contract Schedule will be allowed. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery,complete all submittal requirements,and present to the Owner/Engineer prior to delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33-2 100%/Submittal 0512-239525 09/16/2020 B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Materials shall not be stored exposed to sunlight. Such materials shall be completely covered. D. Materials showing signs of previous use,jobsite storage at another location, or exposure to the elements or other damage will be rejected. 1.07 WARRANTY A. Provide warranties, including the manufacturer's warrantee, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for five years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2- PRODUCTS 2.01 GENERAL A. Raceways and fittings shall be as shown on the Drawings, with a minimum 3/4-inch trade size. B. Device entries less than 3/4 inch shall be provided with an adaptor to connect 3/a-inch or larger conduit. The following adaptors are acceptable: 1. REAI2SA, Cooper Crouse Hinds or equal, for aluminum 2. ADAPT ADU302930,REDAPT or equal,for 316 stainless. 3. Approved equal 2.02 CONDUIT RACEWAY A. PVC Coated Rigid Aluminum Conduit(CRMC) 1. PVC coated rigid aluminum conduit shall have a minimum 0.040-inch thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. 2. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FED Spec WW-C-540C,ANSI C80.5 and UL 6A. 3. The ends of all couplings,fittings,etc.shall have a minimum of one pipe diameter in length of PVC overlap. 4. Manufacturers for PVC coated conduit and fittings a. Perma-Cote b. Robroy Industries C. O'Kote,Inc. d. Calbond Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33-3 100%/Submittal 0512-239525 09/16/2020 e. Ocal. f. Approved equal 5. Elbows and couplings shall be PVC coated by the same manufacturer supplying the conduit PVC coating system. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the aluminum,the same thickness as used on the coated aluminum conduit. B. Liquid tight Aluminum Flexible Metal Conduit(LFMC) 1. Liquid tight aluminum flexible metal conduit shall have an interlocked aluminum core, PVC jacket rated for 60 degrees C,. and meeting NEC Article 351. 2. Manufacturers a. Anaconda Metal Hose Div. b. Southwire C. Anaconda American Brass Co. d. American Flexible Conduit Co., Inc. e. Universal Metal Hose Co. f. ALFLEX g. Approved equal 3. Fittings used with liquid tight flexible aluminum conduit shall be copper-free aluminum and shall conform to FEDSPEC AA50552, and UL-51413. C. Aluminum Flexible Metal Conduit(FMC) l. Aluminum flexible metal conduit shall have an interlocked aluminum core, meeting NEC Article 348,UL land Federal Specification WW-C-566C. 2. Manufacturers a. Anaconda Metal Hose Div. b. Southwire C. Anaconda American Brass Co. d. American Flexible Conduit Co., Inc. e. Universal Metal Hose Co. f. Approved equal 3. Fittings used with aluminum flexible metal conduit shall be copper-free aluminum shall conform to FEDSPEC AA50552. D. Rigid Aluminum Conduit(RMC) 1. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FED Spec WW-C-540C, ANSI C80.5 and UL 6A. 2. Manufacturer for rigid aluminum conduit and fittings a. Wheatland Tube Company b. Allied C. American Conduit Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33-4 100%/Submittal 0512-239525 09/16/2020 d. Patriot Industries e. Approved equal E. PVC Coated Rigid Galvanized Steel Elbows (CRMC) 1. PVC coated rigid steel Elbows shall have a minimum 0.040-inch thick,polyvinyl chloride coating permanently bonded to rigid steel conduit and an internal chemically cured urethane or enamel coating. 2. Rigid steel Elbows shall be hot-dip galvanized steel meeting ANSI C80.1 Standard. Threads shall be hot galvanized after cutting. 3. The ends of all couplings,fittings,etc.shall have a minimum of one pipe diameter in length of PVC overlap. 4. Manufacturers a. Perma-Cote b. Robroy Industries C. O'Kote,Inc. d. Plastibond e. Calbond f. Ocal. g. Approved equal 5. Intermediate Metal Conduit shall not be used. F. Rigid PVC Schedule 40 Conduit(RNC} 1. Schedule 40 PVC Rigid Nonmetallic Conduit(RNC)shall be designed for use underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 51413. Conduit shall have a UL Label. 2. Manufacturers a. Rocky Mountain Colby b. Carlon C. Kraloy d. Approved equal G. Rigid PVC Schedule 80 Conduit(RNC) 1. Schedule 80 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use above ground and underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC 1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 51413. Conduit shall have a UL Label. 2. Manufacturers a. Rocky Mountain Colby b. Carlon C. Kraloy Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33-5 100%/Submittal 0512-239525 09/16/2020 d. Approved equal 2.03 WIREWAYS A. All wireways shall be NEMA 4X 316 stainless steel, with gasketed hinged covers and stainless steel quick-release type latches]. Wireway shall have two Breather/Drains for each ten feet of wireway. Breather/Drain shall be in the bottom, near the ends of the wireway. Wireways shall have integral welded mounting lugs.Bolted-on mounting lugs are unacceptable. Provide stainless steel internal barriers to isolate signal cables from power conductors and multiconductor digital control cables. B. Manufacturers 1. Industrial Enclosure Corporation 2. Cooper B Line a. Approved equal C. Breather/Drains 1. Eaton Crouse-Hinds 316 stainless steel a. Approved equal 2.04 RACEWAY BOXES AND EQUIPMENT ENCLOSURES A. The term box and enclosure are synonymous for this specification. Boxes and enclosures specified herein, include terminal boxes, junction boxes pull boxes, and boxes for switch, receptacles and lighting.Enclosures used for electrical and instrumentation equipment,other than terminal boxes, shall be provided as described in this section with references to this specification in other specification sections. All raceway boxes and equipment enclosures shall be provided with a common ground point and shall be UL rated. B. NEMA Type 4X boxes shall be 316 stainless steel or aluminum only as otherwise specified or shown with mounting lugs or brackets welded on the box, suitable for wall mounting, or have mounting feet where self-standing. Boxes for wall-mounting shall have integral welded-on mounting lugs. Enclosures with mounting feet shall have the mounting feet brackets for the attachment of mounting feet welded on. Boxes manufactured with holes intended for mounting using bolted-on mounting lugs or feet are not acceptable. Drilling through the back of the box to mount is strictly prohibited. Drilled boxes shall be removed and replaced. All boxes shall have continuously welded seams ground smooth, and shall have continuous hinged, gasketed doors. Box bodies shall not be less than 16 gauge. Boxes larger than 24 inches X 20 inches shall have a three-point type latch with handle. Boxes 24 inches X 20 inches or smaller shall have 316 stainless steel luggage type quick release latches,or three-point latch system with all components 316 stainless steel. Latch systems requiring tools to open or close are unacceptable. C. NEMA 4X 316 Stainless Steel enclosures Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33-6 100%/Submittal 0512-239525 09/16/2020 1. Use for all locations unless otherwise shown or specified 2. Type 316 stainless steel, body and door 3. Stainless steel continuous hinge 4. Foam in-place gasket 5. Single point quarter turn latches (20-inch X 24-inch and smaller). All others shall have three-point 6. Manufacturers a. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Eaton Crouse Hinds C. Hoffman d. Appleton Electric e. EMF Company f. NEMA Enclosures Company g. Cooper B Line h. Rittal i. Approved equal D. NEMA 4X Aluminum boxes shall be constructed as follows: 1. Type 5052 aluminum,body and door 2. Stainless steel continuous hinge 3. Foam in-place gasket 4. Single point quarter turn latches(20-inch X 24-inch and below).All others three-point latch 5. Manufacturers a. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Hoffman C. EMF Company d. NEMA Enclosures Company e. Cooper B Line f. Approved equal E. Chemical Rooms and areas specified or shown to be corrosive NEMA 4X nonmetallic boxes shall be constructed as follows: 1. PVC or Fiberglass reinforced polyester body and door. 2. UV inhibitors 3. UL Listed 4. RoHS compliant 5. Formed in place polyurethane gasket in continuous channel. 6. 316 Stainless steel quarter turn cover bolts with metallic handles 7. Manufacturers a. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Allied Molded Products, Inc. Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33-7 100%/Submittal 0512-239525 09/16/2020 C. Cantex d. Cooper e. Hoffman f. Hubbell-Wiegmann Non-Metallic g. Approved equal F. NEMA 12 boxes shall be constructed as follows: 1. Type 5052 aluminum, body and door 2. Stainless steel continuous hinge 3. Foam in-place gasket 4. Single point quarter turn latches(20-inch X 24-inch and below).All others three-point latch 5. Manufacturers a. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Hoffman C. EMF Company d. NEMA Enclosures Company C. Cooper f. Approved equal G. NEMA 1 or NEMA I boxes shall not be used. H. Malleable iron boxes shall not be used. 2.05 DEVICE BOXES A. Device boxes installed in aluminum raceway systems for switches and receptacle, etc., shall be copper free cast ahuninum, and shall have tapered,threaded,hubs,with integral bushings. Boxes shall have internal grounding screw, and a minimum of two mounting feet. Boxes shall be type FD. B. Manufacturers 1. Eaton Crouse-Hinds 2. Appleton 3. Approved equal 2.06 BODIES A. Conduit outlet bodies and covers shall be Form 7, copper-free aluminum, with captive screw- clamp cover, neoprene gasket and stainless-steel screws and clamps for conduits up to and including 2-1/2 inches. B. Manufacturers 1. Eaton Crouse-Hinds Form 7 with Mark 7 wedge-nut cover Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33-8 100%/Submittal 0512-239525 09/16/2020 2. Appleton 3. Approved equal C. Provide junction boxes for conduits larger than 2-1/2 inches. 2.07 CONDUIT HUBS A. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, threaded aluminum, insulated throat, stainless steel grounding screw B. Manufacturers 1. T&B H150GRA Series 2. Approved equal C. Conduit hubs for use on outlet boxes or boxes containing electrical or instrumentation equipment shall be watertight, threaded steel, insulated throat, hub of the female-female type, with locking nipple of male construction. Hubs shall be T&B HT Series,or approved equal. Hubs with female locking nipples,where the hub projects into the box,will not be acceptable. 2.08 GROUNDING BUSHINGS A. Grounding bushings shall be insulated lay-in lug grounding bushings with tin-plated copper grounding path. Bushings shall have integrally molded noncombustible phenolic insulated surfaces rated 150°C. Each bushing shall be furnished with a plastic insert cap. The size of the lug shall be sufficient to accommodate the maximum ground wire size required by the NEC for the application. B. Manufacturers 1. O-Z/Gedney Type ABLG 2. Approved equal 2.09 RACEWAY SEALANT A. Raceway sealant for use in the sealing of raceway hubs, entering or terminating in boxes or enclosures where such sealing is shown or specified, shall be 3M 1000NS Watertight Sealant, or approved equal. 2.10 CONDUIT PENETRATION SEALS A. Conduit wall and floor seals 1. O.Z./Gedney Co. Series CSM Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 0S 33-9 100%/Submittal 0512-239525 09/16/2020 a. Type CSML-XXXP shall be used for all applications that do not require a recessed sealing bushing. b. Type CSMI-XXXP shall be used for all applications that require a recessed sealing bushing. 2. Approved equal 2.11 EXPANSION-DEFLECTION COUPLING A. Combination expansion-deflection fittings with 3/4-inch axial expansion and contraction movement,3/4-inch parallel misaligmnent movement,and up to 30 degrees of angular movement in any direction. It shall be copper-free aluminum, with exterior tinned copper braid bonding jumper and 316 stainless grounding straps B. Manufacturers 1. Eaton Crouse-Hinds Model XD 2. Approved equal C. Provide an aluminum cover over the fitting to protect the rubber portions from exposure to direct sun light. Secure the aluminum sun shield with a minim of two stainless steel tie wraps. D. Nylon tie wraps are not acceptable. 2.12 EXPANSION FITTINGS A. Expansion fittings shall provide eight-inch movement, shall be made of copper-free aluminum, with exterior tinned copper braid bonding jumper and 316 stainless grounding straps. Provide internal grounding. Nylon tie wraps are not acceptable. B. Manufacturers 1. Eaton Crouse-Hinds Co. Type XJGSA 2. Approved equal 2.13 EXPLOSION-PROOF SEALS,BREATHERS AND DRAINS A. Explosion proof fittings shall be designed for Class 1 Division 1, Group D,hazardous locations. Fittings shall be copper-free aluminum,with seals, breathers, and drains. Provide type ED, or as required for the application. B. Manufacturers l. Eaton Crouse-Hinds Co. 2. Appleton Electric Co. 3. O.Z./Gedney Co. 4. Approved equal Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33- 10 100%/Submittal 0512-239525 09/16/2020 2.14 KELLEMS GRIPS A. Kellems grips cables supports shall be 316 stainless steel. 2.15 CONDUIT MOUNTING EQUIPMENT A. Pull and junction box supports,spacers,conduit support rods,clamps,hangers,channel,nut,bolts, washers, etc. and shall be 316 stainless steel. Nylon tie wraps are not acceptable. 2.16 CONDUIT IDENTIFICATION TAGGING A. Coordinate with the owner for tagging formats where modifications or additions to existing equipment are made. B. Conduit identification plates shall be embossed stainless steel with stainless steel band, permanently secured to the conduit without screws.Nylon tie wraps are not acceptable. C. Identification plates shall be as manufactured by the Panduit Corp. or equal. PART 3 - EXECUTION 3.01 RACEWAY APPLICATIONS A. Unless exact locations are shown on the Drawings, coordinate the placement of raceway systems and related components with other trades and existing installations. B. Raceway Systems for the installation of Fiber Optic Cables shall not contain conduit bodies, device boxes, or raceway boxes containing less than twelve inches of bend radius. C. Unless shown on the Drawings or specified otherwise,the raceway type installed with respect to the location shall be as follows, including all materials: Raceway System Location 1. Rigid Galvanized(RSC) Type Not acceptable for use on this Project 2. PVC Coated Aluminum(CRMC) Type All embedded raceway bends,underground duct bank bends of more than 20 degrees,and all raceway stub-ups to a minimum of six inches above finished floor or grade and in Chlorine and Caustic rooms. Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33- 11 100%/Submittal 0512-239525 09/16/2020 Raceway System Location 3. Liquidtight Flexible Aluminum(LFMC) Type Raceway connection to vibrating equipment, and as shown on the Drawings in all areas. 4. Rigid Non-metallic, Schedule 40 PVC (RNC) Underground encased in red dyed reinforced Type concrete. 5. Rigid Non-metallic, Schedule 80 PVC (RNC) For use only in Chlorine and Caustic Rooms. Type 6. Flexible Aluminum(FMC)Type Fixture whip connection to lighting fixtures in NEMA 12 areas (maximum 3-feet). BX or AC type prefabricated cables are not permitted. 7. Aluminum Rigid Metal(RMC)Type All above grade areas,except for concrete embedded and those areas described in Locations 2 through 6 above. 8 Electric Metallic Tubing(EMT) Steel Type 1. Rigid Galvanized(RSC) Type Not acceptable for use on this Project 2. PVC Coated Galvanized Steel Conduit All embedded raceway bends,underground duct (CRMC) Type bank bends of more than 20 degrees, and all raceway stub-ups to a minimum of six inches above finished floor or grade and in Chlorine and Caustic rooms. 3. Liquidtight Steel Flexible Metal Conduit Not acceptable for use on this Project (LFMC) Type 4. Rigid Non-metallic, Schedule 40 PVC (RNC) Underground encased in red dyed reinforced Type concrete. 5. Rigid Non-metallic, Schedule 80 PVC (RNC) For use only in Chlorine and Caustic Rooms. Type 6. Steel Flexible Metal (FMC) Type Not acceptable for use on this Project 7. Rigid Steel Conduit(RSC)Type Not acceptable for use on this Project 8 Electric Metallic Tubing(EMT) Steel Type Not acceptable for use on this Project Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33- 12 100%/Submittal 0512-239525 09/16/2020 D. All conduit of a given type shall be the product of one manufacturer. 3.02 BOX APPLICATIONS A. All raceway junction pull and terminal boxes and electrical equipment enclosures shall have NEMA ratings for the location in which they are installed, and as specified herein. B. The distance between each raceway entry inside the box and the opposite wall of the box shall not be less than eight times the metric designator(trade size)of the largest raceway in a row. This distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. Each row shall be calculated individually, and the single row that provides the maximum distance shall be used. C. Provide cast aluminum conduit fittings for exposed switch, receptacle and lighting outlet boxes. D. All raceway boxes and wall —mounted electrical equipment enclosures shall be provided with factory mounting integral welded mounting lugs. Bolt-on gasketed mounting lugs attached through factory-drilled holes are not acceptable for any raceway box or electrical equipment enclosure. Drilling through the back of any box or enclosure is prohibited, and if so installed, shall be removed and replaced,with no increase in the Contract Price or Construction Schedule. E. No penetrations shall be made in the top of boxes or electrical equipment enclosures in wet locations. F. Boxes for use only on concealed, above ground, interior electrical wiring, in air-conditioned administrative buildings remote to the process area, may be NEMA 1 galvanized boxes as specified for such areas. All boxes used in such areas, for exposed wiring, shall be NEMA 12 aluminum or 316 stainless steel as specified above. 3.03 DEVICE BOX APPLICATIONS A. Device boxes shall be used for mounting wiring devices such as receptacles, switches, thermostats,lighting,and other permanently mounted devices. All device boxes shall be installed with a minimum of 1/4-inch air space between the back of the box and the wall or back panel on which it is installed. The space may be created with enough 316 stainless steel washers to provide the required air space or may be mounted using 316 stainless steel slotted channel. 3.04 CONDUIT OUTLET BODIES APPLICATIONS A. Conduit outlet bodies may be used on conduits up to and including 2-1/2 inches, except where junction boxes are shown or otherwise specified. For conduits larger than 2-1/2 inches,junction boxes shall be provided. Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Wortb 26 05 33- 13 100%/Submittal 0512-239525 09/16/2020 3.05 CONDUIT HUB APPLICATIONS A. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations will not be permitted. B. When conduits contain equipment grounding conductors the wire shall be grounded to the hub(s) associated with that grounding conductor. 3.06 INSULATED GROUNDING BUSHING APPLICATIONS A. Insulated grounding bushings shall be provided and used to terminate raceways where the raceways enter pad-mounted electrical equipment or switchgear from the bottom where there is no wall or floor pan on which to anchor or terminate the raceway. B. All other raceways shall terminate on enclosures with a conduit hub, except for NEMA 7AX areas. C. Grounding bushing caps shall remain on the bushing until the wire is ready to be pulled. 3.07 CONDUIT FITTINGS APPLICATIONS A. Combination expansion-deflection fittings shall be installed where conduits cross structure expansion joints, and where installed in exposed conduit runs such that the distance between expansion-deflection fittings does not exceed 150 feet of conduit run. Expansion-deflection fittings are acceptable in indoor locations out of exposure to direct sunlight or other outdoor locations which are shaded. B. Expansion-deflection fittings are not acceptable for use outdoors unless approved in writing on a case-by-case basis from the Engineer/Owner. Where combination expansion-deflection fittings with exposed non-metallic sections, are approved by the Engineer/Owner for use where exposed to sunlight or other outdoor locations which are shaded, an alwninum wrap shall be installed loosely over the non-metallic portion, extending at least two inches beyond the ends. The wrap shall be loosely secured,to permit movement,with at least two 316 SS fasteners.Nylon tie-wraps are not acceptable. C. Provide an expansion fitting with a minimum of six inches available movement shall be installed on the exposed side of under to above grade conduit transitions. Expansion-deflection fittings shall not be provided unless approved and protected as specified above. 3.08 CONDUIT PENETRATION SEALS APPLICATIONS A. Conduit wall seals shall be used where underground conduits penetrate walls or at other locations shown on the Drawings. B. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and at other locations shown on the Drawings. Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33- 14 100%/Submittal 0512-239525 09/16/2020 3.09 EXPLOSION-PROOF SEALS, BREATHERS AND DRAINS APPLICATIONS A. Fittings consisting of sealing fittings, breathers, drains, with sealing compound and fiber, as specified herein, shall be used as required to meet all the requirements of the National Electrical Code. 3.10 CONDUIT TAG APPLICATIONS A. All conduits shall be tagged within one foot of the entry of equipment, and wall and floor penetrations. B. Tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and hndholes. 3.11 RACEWAY SEALING A. All raceways entering junction boxes, terminal junction boxes, electrical equipment enclosures or control panels containing electrical or instrumentation equipment shall be connected to the box,enclosure or panel using conduit hubs and shall be sealed with Raceway Sealant,as specified herein. 3.12 PVC RACEWAY TO PVC COATED ALUMINUM RACEWAY TRANSITIONS IN CONCRETE ENCASEMENT A. Transitions from PVC raceway to PVC coated aluminum raceway in concrete encasements shall be made as follows: 1. Terminate the PVC conduit in a threaded PVC female adapter. 2. Terminate the PVC coated aluminum conduit in a threaded male adaptor. 3. Thread the male PVC-coated aluminum conduit adaptor into the female threaded PVC adapter. B. Tighten the joint securely,then double layer wrap the joint with two-inch vinyl electrical tape for a distance of two inches each side of the threaded joint to prevent any contact between any exposed aluminum threads and concrete. 3.13 RACEWAY INSTALLATION A. Do not install pull wires and conductors until the raceway system is in place. No wire shall be installed between outlet points,junction points or splicing points, until all raceway sections are complete, and all raceway covers are installed for protection of conductors from damage or exposure to the elements. Conductors installed into incomplete raceway systems are considered improperly installed and are in violation of the NEC. The occurrence of wire installed in an incomplete installation, shall require the removal of such conductors from the project site, and replacement of the conductors at with no increase in Contract Price or Schedule. The raceway Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33- 15 100%/Submittal 0512-239525 09/16/2020 system shall be completed and inspected by the Engineer/Owner before new conductors are installed. B. No conduit smaller than 3/4-inch electrical trade size,shall be used,nor shall any have more than the equivalent of three 90-degree bends in any one run. Pull boxes shall be provided,as necessary. Conduit reducers which are the same type of the raceway shall be installed where manufacturer- provided enclosures are not available with conduit hubs larger than 1/2-inch at the enclosure to terminate 3/4-inch conduit. The raceway fill shall be adjusted to accommodate the smaller opening in the manufacturer-provided enclosure. Notify the Engineer/Owner prior to the installation of the raceway into enclosures with openings smaller than the specified minimum. Raceways installed without notice are considered unacceptable and may be required to be removed at the Engineer's/Owner's discretion with no increase in the Contract Price or Schedule allowed. C. All raceways, installed underground, shall be installed in accordance with Section 26 05 43 Underground System, and be a minimum size of two-inch trade size unless otherwise shown in the plans. D. Raceways entering or leaving the raceway system, which could be subjected to the entry of moisture,rain or liquid of any type, shall be tightly sealed,using 3M 1000NS Watertight Sealant, or approved equal at any possible moisture entry point both before and after the installation of cables to prevent the entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment. No increase in the Contract Price or Schedule will be allowed. Cleaning or drying of such damaged equipment will not be acceptable. E. Conduit supports, other than for underground raceways, shall be spaced at intervals of eight feet or less, as required by the NEC and as required to obtain rigid construction. Conduits shall be supported near the entry into any enclosure in accordance with the NEC. Conduits shall not be used to support other conduits,nor shall conduits be supported from cable tray. F. Single conduits shall be supported by means of one-hole pipe clamps in combination with one-screw back plates, to raise conduits from the surface. G. Multiple runs of conduits shall be supported on trapeze type hangers with horizontal members and threaded hanger rods. The rods shall be not less than 3/8-inch diameter. Multiple conduits mounted on walls shall be supported using strut and 316 stainless steel conduit clamps, screws, nuts and washers. H. Surface mounted panel boxes,junction boxes,conduit,etc. shall be supported as specified herein. I. Conduit hangers shall be attached to structural steel by means of beam or channel clamps. Where attached to concrete surfaces,anchors shall be as specified in Section 26 05 29 Electrical Support Hardware. J. No electrical equipment enclosures,boxes, terminal junction boxes or raceways shall be attached to or supported from, sheet metal walls. K. All conduits on exposed work shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33- 16 100%/Submittal 0512-239525 09/16/2020 parallel conduit runs shall be concentric. Offsets in conduit runs shall all be done at the same point and shall all be the same angle, so the entire installation appears to be parallel or concentric at every point. All conduits shall be run perfectly straight and true. L. Conduits terminated into enclosures shall be perpendicular to the walls where flexible liquid tight or rigid conduits are required. The use of short seal tight elbow fittings for such terminations will not be permitted, except for connections to instrumentation transmitters, where multiple penetrations are required. M. Conduits containing equipment grounding conductors and terminating in boxes shall have insulated throat grounding bushings. The grounding conductor shall be grounded to the box. N. Conduits shall be installed using threaded fittings. Running threads will not be permitted. O. Provide glued type conduit fittings on PVC conduit. P. Conduits installed which are not in compliance with these requirements shall be removed and reinstalled at the Engineer's/Owner's discretion. If conductors are installed when the improper installation is discovered, the conductors shall be removed from the raceway, discarded and removed them from the job site, replaced, re-terminated, retagged, and retested in accordance with the specifications. The function of the system shall be retested in its entirety. No increase in Contract Time or Schedule will be allowed. Q. Liquid tight flexible metallic conduit shall be used for the primary and secondary of transformers, generator terminations and other equipment where vibration is present. Use in other locations is not permitted,except for connections to instrumentation transmitters,where multiple penetrations are required. Liquid tight flexible metallic conduit shall have a maximum length not greater than that of a factory manufactured elbow of the conduit size being used.The maximum bending radius shall not be less than that shown in the NEC Chapter 9, Table 2, "Other Bends". BX or AC type prefabricated cables will not be permitted. R. Seal the remaining openings or spaces of conduits passing through openings in walls or floor slabs to prevent the passage of flame or smoke where additional openings or space around the conduits are present. S. Conduit ends exposed to the weather or corrosive gases shall be sealed with conduit sealing bushings. T. Raceways terminating in Control Panels or enclosures outdoors or any wet or damp location or any location where plant process equipment is located,or any location not otherwise specifically designated as a dry electrical room, control room or office space, which contain electrical equipment or terminal blocks, shall not enter from the top of the enclosure. The raceways shall be sealed with a watertight sealant as specified herein. Enclosures entered from the top where top entry is prohibited, will be rejected and shall be removed and replaced regardless of the Division which contains the specification for the enclosure. The use of UL Listed conduit closures to restore the NEMA rating of the enclosure will not be accepted. Conduit entering the top of the enclosures shall be removed and re-routed to enter the enclosure from the side or bottom. Conductors installed in top entering conduits shall be pulled back to the nearest conduit body or junction box and re-routed with the conduit,provided the conductors are long enough to Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33- 17 100%/Submittal 0512-239525 09/16/2020 be re-terminated. Conductors found to be insufficient in length to be re-terminated shall be completely removed and replaced, re-tested, re-tagged, re-tested and the control function of the panel shall be re-tested. If the enclosure is provided by an OEM, the enclosure and its contents shall be returned to the OEM for a new enclosure. No increase in Contract Price nor increase in Contract Time will be allowed the Contractor for making these corrections. U. All conduits from external sources entering or leaving a multiple compartment enclosure shall be stubbed up into the bottom horizontal wire way or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. Conduits entering from cable tray shall be stubbed into the upper section. V. Conduit sealing and drain fittings shall be installed in areas designated as NEMA 4X or 7 and all wet locations. W. A conduit identification plate shall be installed on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes,manholes,etc. Conduit plates shall be installed before conductors are pulled into conduits. Exact identification plate location shall be coordinated with the Owner/Engineer at the time of installation to provide uniformity of placement and ease of reading. Conduit numbers shall be exactly as shown on the Drawings. X. Mandrels shall be pulled through all existing conduits that will be reused and through all new conduits two inches in diameter and larger prior to installing conductors. Y. 3/16-inch polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. Z. All conduit that may under any circumstance contain liquids such as water, condensation, liquid chemicals, etc. shall be arranged to drain away from the equipment served. If conduit drainage is not possible, conduit seals shall be used to plug the conduits at the point of attachment to the equipment. AA. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall be routed to avoid such present or future openings in floor or ceiling construction. BB. The use of running threads is prohibited. Where such threads are necessary, a three-piece union shall be used. CC. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, cold air plenums, etc. shall be sealed with Watertight Sealant as specified herein. DD. Conduits shall be located a minimum of three inches from steam or hot water piping. Where crossings are unavoidable, the conduit shall be kept at least one inch from the covering of the pipe crossed. EE. Conduits terminating at a cable tray shall be supported independently from the cable tray. Provide a conduit support within one foot of the cable tray. The weight of the conduit shall not bear on the cable tray. FF. Conduits entering the top of electrical equipment enclosures from cable tray or otherwise routed from above the equipment in airconditioned dry indoor spaces shall coordinate their placement Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33- 18 100%/Submittal 0512-239525 09/16/2020 with the HVAC duct vents such that cold air from the HVAC system will not blow directly on the vertical conduits causing condensation. Conduits which cannot be located away from direct exposure to cold air from the HVAC system shall be insulated to prevent condensation from forming inside the conduits or shall be re-routed. In all cases, condensation caused by cold air from the HVAC system shall be prevented from entering electrical enclosures. Equipment damaged by water from condensation shall be removed,replaced, conductors re-terminated, and its operation retested with no change in the contract price or schedule. GG. All changes of direction on PVC coated conduit greater than 20 degrees shall be accomplished using long radius bends. Any field bends shall be made using equipment designed to prevent damage to the PVC coating. END OF SECTION 260533 Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33- 19 100%/Submittal 0512-239525 09/16/2020 THIS PAGE LEFT INTENTIONALLY BLANK Westside WTP Plate Settler Expansion Project Raceways and Boxes for electrical Systems City of Fort Worth 26 05 33-20 100%/Submittal 0512-239525 09/16/2020 SECTION 26 05 50—NEMA FRAME INDUCTION MOTORS 600 VOLTS AND BELOW PART1 - GENERAL 1.01 SCOPE OF WORK A. Provide electric motors, accessories, and appurtenances complete and operable, in conformance with the individual driven equipment specifications and other sections of the Contract Documents. B. The provisions of this Section shall apply to all low voltage NEMA Frame AC squirrel cage induction motors,except as indicated otherwise. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, nd include such information or work as may be specified. B. Other Divisions I. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways,as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of the process equipment division of these Specifications, and as specified herein. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. B. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned without review. Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50- 1 100%/Submittal 0512-239525 09/16/2020 C. Submittals shall also contain information on related equipment to be furnished under this Specification and described in the related sections listed in Related Work above. If Section 260573 Power System Study is listed in the Related Work Sections listed above, a Certification shall be provided as part of the submittal, certifying that all settings and adjustments have been made on the accompanying Submittals. Incomplete submittals not containing the required information on the related equipment will be returned as "INCOMPLETE SUBMITTAL — REJECTED. No portion of an INCOMPLETE SUBMITTAL will be Approved or reviewed. D. The following information shall be submitted with the motor drawings for review. 1. Name of Drive 2. Horsepower of Motor 3. Phase 4. Efficiency at 1/2, 3/4 and full load 5. Voltage 6. Power Factor at 1/2, 3/4, and full load 7. Speed 8. NEMA Design Starting Torque 9. NEMA Frame and Dimensions 10. Full Load Current 11. Locked Rotor Current 12. Insulation Class 13. Temperature Rise at 1.0 Service Factor 14. Enclosure 15. Bearing design life 16. Special features (i.e., space heaters, RTDs, oversize conduit box and corrosion resistant features). 17. Nameplate Drawing with Information as listed herein. 18. Lugs and connectors. 19. Maximum power factor correction capacitor kVAR that can be switched with the motor. E. Suppliers of fractional horsepower motors below frame 143T will not be required to submit operational characteristics. F. Factory Tests. Submittals shall be made for factory tests as specified above. G. Field Test Reports. Submittals shall be made for field tests specified herein. H. Operation and Maintenance Manuals. 1. Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets C. Recommended renewal parts list d. Record Documents for the information required by the submitted motor infortuation above. Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50-2 100%/Submittal 0512-239525 09/16/2020 1.04 REFERENCE STANDARDS A. Motors shall be designed,built,and tested in accordance with the latest revision of the following standards: 1. National Electrical Manufacturers Association Inc. (NEMA) a. NEMA MG-1 -Motors and Generators. b. NEMA MG-1 Part 9—Sound Power Limits and Measurement Procedures. C. NEMA MG-2 - Safety Standard for Construction and Guide for Selection, Installation and Use of Electric Motors and Generators. 2. National Fire Protection Association(NFPA) a. NFPA-70-National Electrical Code. 3. Underwriters Laboratories,Inc. (UL) a. UL-1004 -Electric Motors. 4. Institute of Electrical and Electronics Engineers,Inc. (IEEE) a. IEEE Std. 1 - General Principles for Temperature Limits in the Rating of Electric Equipment. b. IEEE Std 43 -Recommended Practice for Testing Insulation Resistance of Rotating Machinery. C. IEEE Sid. 112 — Standard Test Procedure for Polyphase Induction Motors and Generators. d. IEEE Std. 275 - Recommended Practice for Thermal Evaluation of Insulation Systems for AC Electric Machinery Employing Form-wound Pre-insulated Stator Coils,Machines Rated 6,900 V and Below. e. IEEE Std. 429 - Standard Test Procedure for the Evaluation of Sealed Insulation Systems for AC Electric Machinery Employing Form-wound Stator Coils. f. IEEE Std. 1349 — Guide for the Application of Electric Motors in Class 1, Div 2 Hazardous Locations. 5. Anti-Friction Bearing Manufacturer's Association Inc. (AFBMA): a. AFBMA-9 & 11 -Load Ratings and Fatigue Life for Roller Bearings. B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 DEFINITIONS A. Motors specified herein are three-phase, squirrel cage induction type for 1/2 HP and above, and single phase for less than 1/2 HP, except as specifically specified elsewhere in these Specifications. Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50-3 100%/Submittal 0512-239525 09/16/2020 B. The word "Drive" shall be construed to mean the driven equipment, i.e, pump, hoist, fan, compressor,or adjustable frequency drive connected with the motor. C. If there is inconsistency of size on different Drawing sheets or between Drawings and other sections of Specifications, relating to the horsepower designation, then the larger size shall be required. 1.06 QUALITY ASSURANCE A. Motor Compatibility. The Contractor shall satisfy himself that the motor included with the drive is compatible with driven equipment and complies with these Specifications. In the event that the motors described in these Specifications cannot be applied to the application or equipment offered, the Contractor may submit an exception, stating clearly the deviations and the reasons for such deviations. The acceptance or rejection of such deviations shall be at the sole discretion of the Owner/Engineer. B. When motors are furnished with driven equipment, the driven equipment supplier shall be responsible for mounting the motor and driven equipment as a complete unit, correctly aligned and coupled with the coupling or sheave specified on the driven equipment data sheet, and for designing vibration, special,or unbalanced forces resulting from equipment operation. C. Motors manufactured more than 24 months prior to the date of this Contract will not be acceptable. Date of manufacture, of each motor shall be on the nameplate. 1.07 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests,will not be permitted., B. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. The instructions shall include detailed assembly instructions including but not limited to wiring interconnection diagrams, rigging for lifting, skidding, jacking and moving using rolling equipment to place the equipment, bolt torqueing requirements for bus and all other components which require the installation of bolted connections, and instructions for storing the equipment prior to energizing. C. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. D. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. E. If motors are shipped as an integral part of the associated mechanical equipment,the motors shall be stored and handled in accordance with the manufacturer's instructions Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50-4 100%/Submittal 0512-239525 09/16/2020 F. If motors are shipped separately, the motor shall be installed in its permanent, finished location shown on the Drawings within 14 calendar days of arriving onsite. If the equipment cannot be installed within 14 calendar days, the equipment shall not be delivered to the site, but stored offsite,at the Contractor's expense,until such time that the site is ready for permanent installation of the equipment. Motors stored off site shall not be included in any pay applications. Payment for motors will not be allowed until delivered to the job site. G. Provide temporary electrical power and operate space heaters,during storage and after motors are installed in permanent location,until equipment is placed in service. Unless stored in a heated air- conditioned space,space heaters shall be energized within 24 hours of arrival. Failure to energize space heaters as required shall constitute improper storage and the motors are subject to rejection and are subject to be returned to the Factory for inspection and re-testing. Improperly stored motors may be inspected and tested in the field. The choice to return equipment or conduct an inspection and test in the field lie solely with the Engineer / Owner. No pay applications for improperly stored motors will be accepted prior to receiving the manufacture's report of inspection, testing and certification that the motors are acceptable for installation with full warrantee still in force. All expenses to return and re-ship to the job site or inspect and test in the field shall be borne by the Contractor with no change in Contract Price or Contract Time allowed. H. The motor shaft shall be rotated on a monthly basis, if such is recommended or required by the motor manufacturer; the date recorded, and copies of the record provided to the Owner/Engineer and the manufacturer. The manufacturer shall confirm receipt of the rotation record. 1.08 WARRANTY A. Where the equipment manufacturer furnishes the motor and control as an integral part of the equipment package,the motor(s) shall have the same warranty as the equipment package. For all other motors, the motor manufacturer shall warrant the motor to be free from defects in material and workmanship for not less than three years from date of final acceptance of the associated equipment. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the motor to new operating condition.Any warranty work requiring shipping or transporting of the motor shall be performed by the motor manufacturer,at no expense to the Owner. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. General Electric 2. TECO—Westinghouse 3. Baldor Reliant 4. Approved equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings,features and functions.Manufacturers listed above are not relieved from meeting these specifications in their entirety. Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50-5 100%/Submittal 0512-239525 09/16/2020 2.02 GENERAL REQUIREMENTS A. Each motor provided shall have an Identification Tag Number, conforming to the numbering system and equipment name shown on the Drawings. B. Specific motor data such as horsepower,speed,enclosure type,etc.,is specified under the detailed specification for the mechanical equipment with which the motor is supplied. C. The motor manufacturer's nameplates shall be engraved or embossed on stainless steel and fastened to the motor frame with stainless steel screws or drive pins. Nameplates shall indicate clearly all of the items of information enumerated in NEMA Standard MG-1, as applicable, including but not limited to the following information: 1. Horsepower(output). 2. RPM at frill load. 3. Time rating. 4. Frequency. 5. Number of phases. 6. Model number. 7. Rated voltage. 8. Service factor. 9. Full load amps. 10. Insulation class. 11. NEMA design letter. 12. NEMA code letter. 13. Temperature Rise at 1.0 Service Factor. 14. NEMA Frame size. 15. Motor Weight 16. Date of manufacture. 17. Thermal protection(if supplied). 18. Nominal Efficiency 19. Enclosure D. Where frequent starting occurs, the design for frequent starting duty shall be equal to the duty service required by the driven equipment. E. Altitude: Under 3300 feet.For applications above 3300 feet,motors shall be specifically designed and certified for operation at the specific altitude. F. Motors shall have sufficient horsepower and torque capacity to drive the equipment without overloading under all conditions, without exceeding the nameplate rating of the motor and without use of the service factor. G. Motors shall have a breather drain in each end bracket of the TEFC motor enclosure. Stainless steel automatic breather drains shall be provided in the lowest part of both end brackets to allow drainage of condensation. H. Motors shall be slide rail mounted for all belt or chain-driven applications. Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50-6 100%/Submittal 0512-239525 09/16/2020 I. Air inlets and outlets shall be protected by vermin-proof,corrosion resistant louvers.The air inlets shall be located on end or side as required by the application. J. Motors shall have an oversized, gasketed, cast iron conduit box, field adjustable in 90-degree increments unless the box contains equipment,diagonally split with tapped NPT threaded conduit entrance hole, and shall exceed the minimum volumes defined in IEEE 841-2001. Neoprene conduit box cover gasket and neoprene lead seal gasket with flexible nipples to ensure the seal is maintained as the leads are moved shall be furnished. Provision for grounding shall be provided in the conduit box utilizing a mounted clamp-type lug. Provide the size and number of threaded conduit openings or integral conduit hubs for the conduits containing the motor power conductors. Provide one-hole lugs for connection to conductors #12 AWG through #8 AWG. Provide termination pads to terminate NEMA two-hole long barrel lugs for conductors #6 AWG and larger. K. Motor frames, end brackets, and conduit box shall be of cast-iron. L. Provide lifting lugs on the motor frame. M. Motors shall be NEMA Design B standard, unless otherwise specified in the process equipment division of these Specifications. N. Service factor shall be 1.15 for all motors. 1. In sizing motors, no portion of a motor's service factor above 1.0 shall be used in normal continuous operation of the motor. O. Motors shall be of the Energy Efficient type,and shall meet or exceed efficiencies as listed in the Table at the end of this Specification. (Part 4) P. All motors shall be continuous time rated suitable for operation in a 40'C ambient, unless specified otherwise in the process equipment division of these Specifications. Q. Unless otherwise indicated or specified, motors shall be totally enclosed fan cooled(TEFC), for all applications. See the process equipment division of these Specifications for pumps and other equipment that require additional enclosure requirements. R. All TEFC Motors shall have corrosion resistant enclosures, fan, cover, epoxy paint, corrosion resistant fittings and stainless steel or aluminum nameplates similar to "Mill and Chemical", "Corro-Duty", "Chemical Processing"motors, or equal. S. Motors are to be bi-directional. If the fan must be unidirectional, it shall be the motor manufacturer's responsibility to obtain the direction required from the drive manufacturer. T. Guards 1. Exposed moving parts shall be provided with guards in accordance with the requirements of OSHA. Guards shall be fabricated of flattened expanded metal screen, 3/4-inch No. 10, to provide visual inspection of moving parts without removal of the guard. 2. Guards shall be galvanized after fabrication and shall be designed to be readily removable to facilitate maintenance of moving parts. Windows shall be provided in the guard for access to the lubricating fittings. Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50-7 100%/Submittal 0512-239525 09/16/2020 2.03 FRACTIONAL HORSEPOWER MOTORS—LESS THAN 1/2 HORSEPOWER A. Motor voltage shall be single phase, 115 volts,60 Hertz,unless otherwise shown on the Drawings. B. Enclosures shall be TEFC or TENV. C. Motors shall have NEMA standard Class"F"insulation with a maximum temperature rise of 900C above a 40°C ambient, on a continuous operation or intermittent duty, at nameplate horsepower. D. Motors shall have a built-in manual or automatic reset thermal protector,or an integrally mounted, enclosed manual reset, motor overload switch. 2.04 MOTORS 1/2 HORSEPOWER AND LARGER A. Motor voltage shall be three-phase, single voltage, as shown on the Drawings, and in compliance with IEEE 841 (Mill& Chemical). B. Motors shall have NEMA standard Class"F"insulation with a maximum temperature rise of 900C above a 40°C ambient, on a continuous operation or intermittent duty, at nameplate horsepower. C. Motors shall have non-hygroscopic encapsulated windings of copper. Motor leads shall be Class F rated,with permanent identification. D. Motor rotors and assembly shall be dynamically balanced. E. Motors less than 15 HP shall have a locked rotor inrush not exceeding MG-1. Motors 15 HP and larger shall have a locked rotor inrush kVA' not exceeding Code G (6.29 kVA/HP). F. Motors shall meet or exceed the Minimum Guaranteed Efficiencies, listed in the Table of Part 4 of this Section, at the approximate nameplate current values at 460 volts. G. The motor insulation system for motors controlled with Variable Frequency Drives (VFDs) shall have full capability to handle the common mode voltage conditions imposed by the VFD. Motor insulation system shall conform to all the requirements of the latest version of NEMA MG 1,Part 31 for peals voltage withstand capability. H. All motors controlled with VFDs or soft starters shall have a minimum 1600 Volt insulation systems. 1. The critical speed of the shaft and rotor assembly shall exceed the operating speed by a minimum of 10%. J. The no-load sound pressure level,based on the A-weighted scale at three feet,when measured in accordance with NEMA MG1 Section 1 Part 9, shall not exceed the values listed in Table 9-1. K. Vibration limits shall not exceed 0.2-inches/second at any frequency. L. Motors shall have a minimum of one grounding pad on each motor frame. Motors larger than 75 HP shall have a minimum of two brass grounding pads on each motor frame. Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50-8 100%/Submittal 0512-239525 09/16/2020 M. Bearings 1. Motors 1/2 through 5 HP shall have permanently lubricated sealed antifiiction ball- bearings with L101ifetime of 50,000 hours. 2. Motors larger than 5 HP shall have oil or grease-lubricated antifi•iction ball-bearings with L101ifetime of 50,000 hours. 3. Vertical motor thrust and guide bearings shall conform to AFBMA standards and shall have L10 lifetime ratings as specified for bail-bearings of the same horsepower range. Down thrust information shall be provided to the motor manufacturer by the equipment supplier. 4. Anti-friction motor bearings shall be designed to be re-greaseable and initially shall be filled with grease suitable for the motor ambient temperature specified. 5. Grease lubricated bearings,except those specified to be factory sealed and lubricated,shall be fitted with easily accessible grease supply, flush, drain and relief fittings. Extension tubes shall be used when necessary.Grease supply fittings shall be standard hydraulic type as manufactured by the Alemite Division of the Stewart Warner Corporation. 6. Sealed bearings shall be contact seal(lip) or non-contact labyrinth type. 7. Motors operating on VFDs shall have the opposite drive end bearing insulated and a shaft grounding brush installed at the drive end of the motor. N. Space Heaters 1. Space heaters shall be supplied with all three-phase motors and shall conform to the following: a. Heaters shall be of the cartridge or flexible wrap around type installed within the motor enclosure adjacent to core iron. Heaters shall be rated for 120 volts, single phase with wattage as required. The heater wattage and voltage shall be embossed on the motor nameplate. Power leads for heaters shall be brought out at the motor accessory lead junction box. Provide integral conduit hubs or threaded openings 3/4-inch minimum. O. Stator Temperature Detection 1. Winding temperature detectors of the bi-metallic switch type shall be provided for all NEMA Frame motors 100 HP and up, and for all NEMA Frame motors controlled by variable frequency drives. Provide the detectors factory installed, embedded, with leads terminating in the main conduit box. Device shall protect the motor against damage from overheating caused by single phasing, overload, high ambient temperature, abnormal voltage,locked rotor,frequent starts, or ventilation failure. The switch shall have normally closed contacts.Not less than three detectors shall be furnished with each motor. 2. Winding temperature detectors of the resistance-type temperature detector type shall be provided for all motors larger than 200 HP.Each detector shall be of the 100-ohm platinum type. Each phase winding shall have two detectors for a total of six. Install the detectors between stator coils where the highest temperature will occur. Where motor protective relays are shown or specified, terminate and connect all six RTDs.Where other protective devices are shown or used, terminate the number of pairs as shown on the Drawings or specified. 3. Wire all temperature detectors to a separate terminal box on the motor. Terminal box shall be weatherproof NEMA 4 with barrier-type screw-post terminals. Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50-9 100%/Submittal 0512-239525 09/16/2020 P. Bearing Temperature Detection 1. Where specified elsewhere or shown on the Drawings,bearing temperature detectors of the resistance temperature detector type (RTD) shall be provided in motor bearing for all motors larger than 200 HP. For vertical motors, provide a detector in each thrust bearing and lower radial guide bearing. Each detector shall be of the 100-ohm platinum type. 2. Mechanical equipment bearing temperature detectors are specified elsewhere in these Specifications. Connect the bearing RTDs to the terminal box containing the stator RTDs where stator RTDs are specified. Where no stator RTDs are specified, provide a separate terminal box for the bearing RTDs. Q. Motors 100 HP and larger, except for VFD controlled, shall be corrected to 95% lagging power factor with the use of power factor correction capacitors. R. For motors utilizing power factor correction capacitors connected to the starter output terminals, the motor overload elements or trip settings shall be adjusted downwards to reflect the reduction in line current resulting from power factor correction. Power factor correction capacitors shall not be applied to the load side of adjustable frequency drives. 2.05 FACTORY TESTING A. Motors rated 100 HP and larger shall be standard motor tested. Except where specific testing or witnessed shop tests are required by the specifications for driven equipment, factory test reports may be copies of routine test reports of electrically duplicate motors. Test report shall indicate test procedure and instrumentation used to measure and record data. Test report shall be certified by the motor manufacturer's test personnel and be submitted to the Engineer for approval. B. As specified herein,provide a complete test per NEMA MG I and IEEE Standard 112,consisting of the following: 1. Full Load Heat Run 2. Temperature Test(Actual loading method) 3. Performance Test 4. Locked Rotor Test 5. No Load Saturation 6. Speed Torque 7. Winding Resistance(A 118 and 43) 8. High Potential 9. Noise Test(A 85) C. Balance and vibration shall meet NEMA standards MG1-12.05 and MG1-12.06. D. The motors shall be tested at the factory of manufacture, and in the operating position of operation. Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50- 10 100%/Submittal 0512-239525 09/16/2020 PART 3 - EXECUTION 3.01 INSTALLATION A. The Contractor shall install motors in accordance with the manufacturer's instructions. B. Make a visual and mechanical inspection. C. Check for physical damage. D. Compare equipment nameplate information with single line diagram and report any discrepancies. E. Inspect for proper mounting, grounding, connection, and lubrication. F. Inspect each motor for the proper installation,rated voltage,phase and speed. G. Check for proper phase and ground connections. Check to see that multi-voltage motors are connected for the proper voltage. H. Motor connections shall be ring type compression terminations on the motor leads and secured with bolt,nut and spring washer.Connections shall be rubber Scotch 33 tape insulated,half lapped with a minimum of two layers of tape,minimum. 1. All lugs and connectors shall be copper and shall be crimped type,with standard industry tooling. Lugs and connectors shall match the wire size where used and shall be clearly identified and color coded on the connector. All connections shall be made for stranded wire and shall be made electrically and mechanically secured. The lugs and connectors shall have a current carrying capacity equal to the conductors for which they are rated and meet UL 486 requirements for 75°C. Lugs for conductors#1/0 AWG and larger shall be two-hole lugs with NEMA spacing. The lugs shall be of closed end construction to exclude moisture migration into the cable conductor. J. Space heaters shall be continuously energized as specified. 3.02 TESTS A. Test for proper rotation prior to connection to the driven equipment. B. Test the insulation(megger test)of all new motors, 10 HP and above, in accordance with NEMA MG-1. Test voltage shall be 1000 volts AC plus twice the rated voltage of the motor. C. For motors 300 HP and larger, test duration shall be for ten minutes with resistances tabulated every 15 seconds for the first minute and then every minute for the next ten. The megohm rating at the end of the ten minutes shall be at least twice as high as the 1-minute reading. Dielectric absorption ratio and polarization index shall be calculated. D. Perform a rotation test to ensure proper shaft direction. Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50- 11 100%/Submittal 0512-239525 09/16/2020 E. Where a motor is inverter fed,the direction of rotation shall be checked by momentary application of voltage to the motor,to confirm that the phase sequence is the same as the incoming power to the inverter. F. Measure dunning current and evaluate relative to load conditions and nameplate full load amperes. G. Inspect for unusual mechanical or electrical noise or signs of overheating during initial test i Lin. H. Monitor motors during startup and commissioning to record operating amps, voltage and operating vibration levels. I. Submit test report and all recorded field data. Submit copies of the raw data recorded in the field, signed by the person recording the data, and typewritten reports certified by the Contractor. The motors will not be accepted until the reports are submitted and approved. Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50- 12 100%/Submittal 0512-239525 09/16/2020 PART 4 - TABLE OF MOTOR EFFICIENCIES MOTOR FULL-LOAD EFFICIENCIES 2- 4-POLE 6 8 POLE POLE (1800 POLE (900 (3600 RPM) (1200 RPM) RPM) RPM) Min. Min. Min. Min. Efficiency Efficiency Efficiency Efficiency 1.0 72.0 80.0 77.0 70.0 1.5 80.0 81.5 82.5 74.0 2.0 81.5 81.5 84.0 80.0 3.0 82.5 85.5 85.5 81.5 5.0 85.5 85.5 85.5 82.5 7.5 87.5 87.5 87.5 82.5 10.0 88.5 87.5 87.5 86.5 15.0 89.5 89.5 88.5 87.5 20.0 88.5 89.5 88.5 87.5 25.0 89.5 91.0 90.2 87.5 30.0 89.5 91.0 90.2 89.5 40.0 90.2 91.7 91.7 89.5 50.0 91.0 91.7 91.7 90.2 60.0 91.7 92.4 92.4 90.2 75.0 91.7 93.0 92.4 91.7 100.0 92.4 93.6 93.0 91.7 125.0 93.6 93.6 93.0 92.4 150.0 93.6 94.1 94.1 92.4 200.0 94.1 94.1 94.1 93.0 250.0 94.5 94.1 94.1 93.6 300.0 94.5 94.5 94.1 -- 350.0 94.5 94.5 94.1 -- 400.0 94.5 94.5 -- 450.0 94.5 94.5 -- 500.0 94.5 95.0 -- Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50- 13 100%/Submittal 0512-239525 09/16/2020 END OF SECTION 26 05 50 Westside WTP Plate Settler Expansion Project NEMA Frame Induction Motors 600 Volts and Below City of Fort Worth 26 05 50- 14 100%/Submittal 0512-239525 09/16/2020 SECTION 26 28 16—ENCLOSED SWITCHES AND CIRCUTI BREAKERS PART1 - GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish and install low voltage enclosed circuit breakers and disconnect switches, together with appurtenances, complete and operable, as specified herein and as shown on the Contract Drawings. B. All equipment specified in this Section of the Specifications shall be the product of one manufacturer and shall be factory constructed and assembled by that manufacturer. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings and shall determine the power and wiring requirements and shall provide external wining and raceways,as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00 and as specified herein. B. Submittals for equipment and materials, furnished under this Section of the Specifications, will not be accepted prior to approval of the Power System Study specified under Section 26 05 73. Submittals made prior to such approval will be returned unreviewed. Westside WTP Plate Settler Expansion Project Enclosed Switches and Circuit Breakers City of Fort Worth 26 28 16- 1 100%/Submittal 0512-239525 09/16/2020 C. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will also be returned without review. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision without review. D. The original equipment manufacturer shall create all equipment shop drawings, including all wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturers logo, drawing file numbers, and shall be maintained on file in the original equipment manufacturer's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. E. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Product data sheets and catalog numbers for overcurrent protective trip devices on circuit breakers and switches, relaying, meters, pilot lights, etc. The manufacturer's name shall be clearly visible on each cut sheet submitted. List all options, trip adjustments and accessories furnished specifically for this project. 2. Provide control systems engineering to produce custom unit elementary drawings showing inter-wiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" will not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 3. Provide plan and elevation drawings of each controller or enclosure, with dimensions, exterior and interior views, showing component layouts, controls,terminal blocks, etc. 4. Schematic diagram 5. Nameplate schedule 6. UL Listing of the completed assembly. 7. Component list with detailed component information, including original manufacturer's part number. 8. Conduit entry/exit locations 9. Assembly ratings including: a. Short-circuit rating b. Voltage C. Continuous current 10. Major component ratings including: a. Voltage b. Continuous current C. Interrupting ratings 11. Number and size of cables per phase,neutral if present,ground and all cable terminal sizes. 12. Key interlock scheme drawing and sequence of operations 13. Busway connection and amperage rating. 14. Instruction and renewal parts books. Westside WTP Plate Settler Expansion Project Enclosed Switches and Circuit Breakers City of Fort Worth 2628 16-2 100%/Submittal 0512-239525 09/16/2020 F. Factory Tests. Submittals shall be made for factory tests specified herein. G. Field Test Reports. Submittals shall be made for field tests specified herein. H. Operation and Maintenance Manuals. 1. Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets C. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. 1. The manufacturer shall submit for approval, a training agenda for all training specified herein. Training agenda shall not be submitted until final approval of the Operation and Maintenance Manual. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA Standard AB 1 —Molded Case Circuit Breakers,Molded Case Switches and Circuit Breaker Enclosures 2. NFPA 70—National Electrical Code(NEC) 3. NFPA 70E—Standard For Electrical Safety in the Workplace 4. IEEE 242—Protection and Coordination of Industrial and Commercial Power Systems 5. IEEE 399—Power Systems Analysis 6. UL 489—Molded Case Circuit Breakers and Circuit Breaker Enclosures 7. UL 1066—Low Voltage AC and DC Power Circuit Breakers Used in Enclosures. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of ten years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and"brand labeled" shall not be acceptable. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. Westside WTP Plate Settler Expansion Project Enclosed Switches and Circuit Breakers City of Fort Worth 2628 16-3 100%/Submittal 0512-239525 09/16/2020 D. For the equipment specified herein,the manufacturer shall be ISO 9001 2000 certified. E. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests,will not be permitted. B. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. The instructions shall include detailed assembly instructions including but not limited to wiring interconnection diagrams, rigging for lifting, skidding, jacking and moving using rolling equipment to place the equipment, bolt torqueing requirements for bus and all other components which require the installation of bolted connections, and instructions for storing the equipment prior to energizing. C. Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and worinnanship for one year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment or components shall be performed by the Contractor at no expense to the Owner. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. Eaton 2. General Electric Co. 3. Square D B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings,features,and functions.Manufacturers listed above are not relieved from meeting these specifications in their entirety. Westside WTP Plate Settler Expansion Project Enclosed Switches and Circuit Breakers City of Fort Worth 2628 16-4 100%/Submittal 0512-239525 09/16/2020 C. All equipment furnished under this Section shall be of the same manufacturer. 2.02 RATINGS A. The service voltage shall be as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the circuit breaker or switch. Systems employing series connected ratings for main and feeder devices shall not be used. B. Circuit breakers, safety switches and associated devices shall be designed for continuous operation at rated current in a 40°C ambient temperature. C. Furnish heavy duty Mill rated devices. D. For additional ratings and construction notes,refer to the Drawings. 2.03 CONSTRUCTION A. General 1. Refer to Drawings for: actual layout and location of equipment and components; current ratings of devices, components; protective relays, voltage ratings of devices, components and assemblies; and other required details. i 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings. Allow adequate clearance for bending and terminating of cable size and type specified,Lugs for#12 AWG up to#6 AWG shall be ring terminals. Conductors#4 AWG and larger shall be two-hole long barrel lugs with NEMA spacing. All lugs shall be the closed end construction to exclude moisture migration into the cable conductor. See also Section (26 05 19) Wires and Cables(1000 Volt Maximum) for additional requirements. 3. Built in control stations and indicating lights shall be furnished where shown on the Drawings. 4. Furnish nameplates for each device as indicated in Drawings. Nameplates shall be engraved, laminated impact acrylic,matte finish,not less than 1/1 6-inch thick by 3/4-inch by 2-1/2-inch, Rowmark 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X 1/2 inch, or equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. B. Enclosures 1. General a. Provide 316 SS hardware for all enclosures. b. All enclosure doors shall have bonding studs. The enclosure interior shall have a bonding stud. Westside WTP Plate Settler Expansion Project Enclosed Switches and Circuit Breakers City of Fort Worth 2628 16-5 100%/Submittal 0512-239525 09/16/2020 C. Enclosures shall not have holes or knockouts for conduit entry. d. All panels installed outdoors shall have a factory applied, suitable primer and final coat of weatherproof white paint. e. All enclosures shall be provisioned with hardware for a padlock. f. All enclosures shall have integral welded mounting lugs. g. See Section(26 05 33)Raceways,Boxes and Fittings for additional requirements. 2. NEMA 7AX a. Class 1,Division 1,Groups A,B, C, and D, or as defined in NFPA 70). Boxes shall be constructed as follows: 1) Copper free cast aluminum body and cover 2) Stainless steel hinges 3) Watertight neoprene gasket 4) Stainless steel cover bolts 5) All penetrations shall be factory drilled and tapped. 3. NON METALLIC a. Chemical Rooms. NEMA 4X constructed as follows: 1) PVC or Fiberglass reinforced polyester body and door. 2) UV inhibitors 3) Luggage type quick release latches 4) Foam-in-place gasketed doors 4. ALUMINUM a. NEMA 4X Aluminum 1) Type 5052 aluminum, body and door 2) Stainless steel hinge 3) Foam in-place gasket 4) Single point quarter turn latches 5. NEMA 12 a. NEMA 12 Steel 1) Mild steel body and door 2) Stainless steel hinges 3) Foam in-place gasket 4) Single point quarter turn latches 6. NEMA 4X Stainless Steel were not otherwise Defined a. Where an enclosure is not otherwise defined or shown on the Drawing 1) NEMA 4X Stainless Steel Westside WTP Plate Settler Expansion Project Enclosed Switches and Circuit Breakers City of Fort Worth 2628 I6-6 100%/Submittal 0512-239525 09/16/2020 2) Type 316 stainless steel,body and door 3) Stainless steel hinge 4) Foam in-place gasket 5) Single point quarter turn latches 7. NEMA 1 or NEMA I A boxes shall not be used. 8. Malleable iron boxes shall not be used. 9. Provide a flange mounted, or through the door, disconnect operating handle with mechanical interlock having a bypass that will allow the enclosure door to open only when the circuit breaker or switch is in the OFF position.The circuit breaker or switch shall have the capability of being bypassed after the door has been opened. C. Internal Wiring I. Wiring: Stranded copper, minimum size No. 14 AWG, with 600 Volt, 90°C, flame retardant, Type SIS thermosetting 600-volt insulation, NEMA Class II, Type B wiring. Line side power wiring shall be sized for the full rating or frame size of the connected device. 2. All wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire. The marking shall be permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE,or equal. Wire tags shall be machine- printed. Wire tags relying on adhesives of any type are unacceptable. 3. All wiring shall be neatly bundled with tie wraps and supported to wire way supports. Control wiring shall be bundled separately from power wiring. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. D. Field Installed Internal Wiring 1. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring.Wiring shall not be supported using adhesive supports. Adhesive wire supports are unacceptable, and if installed shall be removed and replaced with a non- adhesive support with no increase in Contract Price or Time. 2. All field wiring shall be tagged and coded with an identification number. Coding shall be typed on a heat shrinkable tube applied to each end of the wire. The marking shall be a permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal. Wire tags shall be machine-printed. Wire tags relying on adhesives of any type are unacceptable. 3. In general, all conduit entering or leaving equipment shall be stubbed up into the bottom of the enclosure directly below the area in which the conductors are to be terminated, or from the top if shown on the Drawings and not located in a wet, damp or any process area. Conduits shall not enter the side unless approved in writing by the Owner/Engineer. Westside WTP Plate Settler Expansion Project Enclosed Switches and Circuit Breakers City of Fort Worth 2628 16-7 100%/Submittal 0512-239525 09/16/2020 2.04 CIRCUIT BREAKERS A. Insulated Case Circuit Breakers(ICCBs) I. Unless otherwise shown on the Drawings, circuit breakers, larger than a 1200 ampere rating, shall be insulated case (ICCB), three-ole, 600volt, fixed type, with stored energy closing mechanism. 2. Breakers shall be manually operated unless indicated as electrically operated (EO) on the Drawings. 3. All insulated case circuit breakers shall have a minimum symmetrical interrupting capacity of 65,000 amperes, with individual interrupting capacity as shown on the Drawings. Insulated case circuit breakers without an instantaneous trip element adjustment shall be equipped with a fixed internal instantaneous override set at the upper limit. 4. All insulated case circuit breakers shall be constructed and tested in accordance with UL 489. The circuit breakers shall carry a UL label. 5. All insulated case circuit breakers shall have an adjustable long time pickup, and delay; adjustable short time pickup and delay; short time i2t switch; high range instantaneous (fixed at the breaker's short-time withstand rating), adjustable ground fault pickup and delay; ground fault delay and pickup trips for selective tripping,and overload,short circuit , and ground fault indicator lights. B. Molded Case Circuit Breakers(MCCB's) 1. Unless otherwise shown on the Drawings, circuit breakers 225 ampere frame rating and larger, shall be molded case(MCCB), three-Pole, 600-volt, fixed type, with stored energy closing mechanism. Breakers shall be manually operated unless indicated as electrically operated(EO) on the Drawings. Trip device shall be solid state with adjustable long time pickup, and delay; adjustable short time pickup and delay;short time i2t switch; adjustable instantaneous pickup,adjustable ground fault pickup and delay,and ground fault delay and pickup trips for selective tripping. 2. Unless otherwise shown on the Drawings, circuit breakers less than 225 ampere frame rating shall be molded case,three-Pole,600-volt,fixed type,manually operated with stored energy closing mechanism. Circuit breakers shall have inverse time and instantaneous tripping characteristics. 2.05 DISCONNECT SWITCHES A. Disconnect switches shall be heavy duty,quick make,quick break,visible blades,600-volt,three- pole with full cover interlock, interlock defeat and flange mounted operating handle. 2.06 FUSED DISCONNECT SWITCHES A. Fused disconnect switches shall be heavy duty, quick make, quick break,visible blades, 600 volt, three-pole with full cover interlock, interlock defeat and flange mounted operating handle. B. Fuses shall be rejection type, 600 volts, 200,000 A.I.C., dual element, time delay, Bussman Fusetron, Class RK 5 or equal. Westside WTP Plate Settler Expansion Project Enclosed Switches and Circuit Breakers City of Fort Worth 2628 16-8 100%/Submittal 0512-239525 09/16/2020 2.07 MOTOR ISOLATION SWITCHES A. For motors up to and including 100 horsepower,the isolating switch shall be a horsepower rated, quick make,quick break,visible blades, 600 volt,three pole motor circuit switch,in an enclosure as listed above and sized for the motor as shown on the Drawings. The switch shall be plainly marked"Do not operate under load". B. Where a switch status auxiliary contact is shown on the Drawings, the auxiliary contact shall be early break (opens before the switch is opened) and early make (closes before the switch is closed). The auxiliary contact shall be rated 5 amperes at 480 volts. C. Double Throw Manual Transfer Switch 1. Manual transfer switches shall be heavy duty,quick make,quick break,visible blades,600- volt, three-pole, fused or non-fused as shown on the Contract Documents, with flange mounted operating handle. 2.08 SPARE PARTS A. Provide the following spare parts: 1. Three—Fuses of each type used. B. Spare parts shall be boxed or packaged for long term storage and clearly identified on the exterior of package. Identify each item with manufacturers name, description, and part number 2.09 FACTORY TESTING A. The circuit breakers and disconnects shall be completely assembled, wired, and adjusted at the factory and shall be given the manufacturer's routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. B. Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE,UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3 - EXECUTION 3.01 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing low voltage circuit breakers and disconnect switches with minimum five years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. Westside WTP Plate Settler Expansion Project Enclosed Switches and Circuit Breakers City of Fort Worth 2628 16-9 100%/Submittal 0512-239525 09/16/2020 3.02 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Verify that the equipment is ready to install. C. Verify field measurements are as instructed by manufacturer. 3.03 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install required safety labels. C. Conduit entry into the top of any NEMA 4/4X rated enclosure in any outdoor, damp, wet or process area is strictly prohibited. Any enclosure entered from the top will be removed, the conduit and conductors re-routed, or conductors replaced if too short. No increase in Contract Price or Contract Time will be allowed. 3.04 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections.Minimum acceptable values are specified in manufacturer's instructions. 3.05 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. B. The Power Monitoring and Protective Devices shall be set in the field by a qualified representative of the manufacturer, retained by the Contractor, in accordance with settings designated in a coordinated study of the system as required in Section 260573 Power System Study. All such settings, including the application of are flash labels, shall have been made and Approved by the Owner/Engineer,prior to energizing of the equipment. 3.06 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. Disconnect all connections to solid-state equipment prior to testing. B. Megger and record phase to phase and phase to ground insulation resistance. Megger, for one minute, at minimum voltage of 1000 volts DC. Measured Insulation resistance shall be at least 100 megohms. In no case shall the manufacturer's maximum test voltages be exceeded. Westside WTP Plate Settler Expansion Project Enclosed Switches and Circuit Breakers City of Fort Worth 2628 16- 10 100%/Submittal 0512-239525 09/16/2020 C. Test the ground fault protection system using a high current injection method. D. Test the rating plug for correct rating. 3.07 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.08 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification,the surface shall be replaced. END OF SECTION 26 28 16 Westside WTP Plate Settler Expansion Project Enclosed Switches and Circuit Breakers City of Fort Worth 2628 16- 11 100%/Submittal 0512-239525 09/16/2020 THIS PAGE LEFT INTENTIONALLY BLANK Westside WTP Plate Settler Expansion Project Enclosed Switches and Circuit Breakers City of Fort Worth 2628 16- 12 100%/Submittal 0512-239525 09/16/2020 SECTION 26 29 23 —VARIABLE FREQUENCY MOTOR CONTROLLERS PART 1 - GENERAL 1.01 SCOPE OF WORK- A. Furnish and install separately enclosed low voltage adjustable frequency drives, together with appurtenances, complete and operable, as specified herein and as shown on the Contract Drawings. The terms, VFD, ASD. AFD and Inverter are used synonymously. B. All equipment supplied under this Section of the Specifications shall be products of the same Manufacturer and shall be contained in one single submittal. Partial submittals will be returned unreviewed. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph herein. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. C. Equipment specified in the Process Equipment Division and supplied as an integral part of a process equipment manufacturer's package, but referred to this Section for component details, shall be submitted with the manufacturer's package submittal under the Process Equipment Sections. D. The minimum requirements for functionality, and control and alarm inputs and outputs, are specified herein.Additional requirements shall be as specified in the Process Equipment Division, Instrumentation Division Equipment, Mechanical Division Equipment and the Contract Drawings. E. Coordinate the VFD and the motor it drives and provide a certification that the VFD is suitable for the application. 1.02 RELATED WORK A. Refer to Division 26 00 00 for related work and electrical coordination requirements. 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00 and as specified herein. B. Submittals for equipment and materials, furnished under this Section of the Specifications, will not be accepted prior to approval of the Power System Study specified under Section 26 05 73. Submittals made prior to such approval will be returned unreviewed. C. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related sections to which reference is made in the Related Work Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23- 1 100%/Submittal 0512-239525 09/16/2020 paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned um•eviewed. D. Unmarked cut sheets will cause rejection of the submittal and its return for revision. E. All equipment shop drawings, including all wiring diagrams, shall be created in the original equipment manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturer's logo, drawing file numbers, and shall be maintained on file in the original equipment manufacturer's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. F. Submit for approval,a manufacturer's conducted training agenda for all training specified herein. Training agenda shall not be submitted until final approval of the Operation and Maintenance Manual. G. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Product data sheets and catalog numbers for all components of the drives, including motor contactors,drive components,control relays,control stations,meters,pilot lights,etc. The manufacturer's name shall be clearly visible on the each cut sheet submitted. List all options, trip adjustments and accessories furnished specifically for this project. Clearly marls each sheet to indicate which items apply and/or those items that do not apply. 2. Provide drive performance specifications. Submit a manufacturer's harmonics test on each type of drive being furnished. The test may be on a similar unit with identical components. 3. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" shall not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 4. Provide plan and elevation drawings of each controller or enclosure, with dimensions, exterior and interior views, showing component layouts, controls,terminal blocks, etc. 5. Schematic diagram,including manufacturer's selections of component ratings,and CT and PT ratios. 6. Nameplate schedule 7. UL Listing of the completed assembly 8. Component list with detailed component information, including original manufacturer's part number. 9. Conduit entry/exit locations 10. Assembly ratings including: a. Short-circuit rating b. Voltage C. Continuous current d. Trip curves for each specified product 11. Major component ratings including: a. Voltage b. Continuous current Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23-2 100%/Submittal 0512-239525 09/16/2020 C. Interrupting ratings 12. Number and size of cables per phase,neutral if present,ground and all cable terminal sizes. 13. Instruction and renewal parts books. H. Certification that the VFD being supplied is suitable for the application. I. Factory Tests. Submittals shall be made for factory tests specified herein. J. Field Test Reports. Submittals shall be made for field tests specified herein. K. Operation and Maintenance Manuals. 1. Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets C. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA Standard ICS 2—2000 Industrial Control and Systems 2. NFPA 70—National Electrical Code (NEC) 3. NFPA 70E—Standard for Electrical Safety in the Workplace 4. IEEE 519 (latest revision) - Guide for Harmonic Control and Reactive Compensation of static Power Converters 5. UL 489—Standard for Safety for Molded-Case Circuit Breakers 6. UL 508C—Power Conversion Equipment 7. NEMA ICS 2 — Starters, Contactors, Overload Relays, Rated Not More Than 200 Volts AC or 750 Volts DC. 8. NEMA ICS 6—Industrial Control and Systems Enclosures 9. NEMA ICS 7.0—Industrial Controls & Systems for VFD 10. IEC 61200-2—Vibration Levels 11. IEC 61800-02 and-3 —Adjustable Speed Electrical Power Drive Systems a. Fulfill all EMC immunity requirements 12. EN 50082-1 and-2—Test Standards B. In the case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. C. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23-3 100%/Submittal 0512-239525 09/16/2020 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of ten years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and"brand labeled"will not be acceptable. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. F. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery,complete all submittal requirements,and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two copies of these instructions shall be included with the equipment at time of shipment and shall be made available to the Contractor and Owner/Engineer. C. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. D. Equipment shall be installed in its permanent finished location shown on the Drawings within seven calendar days of arriving onsite.If the equipment cannot be installed within seven calendar days, the equipment shall not be delivered to the site, but stored offsite until such time that the site is ready for permanent installation of the equipment with no change in the Contract Price or Schedule. Payment will not be approved for equipment stored off site. E. Where space heaters are provided in equipment,provide temporary electrical power and operate space heaters during storage, and after equipment is installed in permanent location, until equipment is placed in service. Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23-4 100%/Submittal 0512-239525 09/16/2020 1.07 WARRANTY A. Provide warrantees, including the manufacturer's warrantee,for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for five years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2- PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. Eaton 2. ABB 3. Schneider/Square-D 4. Rockwell Automation/Allen-Bradley 5. No equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings,features and functions.Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. All equipment furnished under this Section shall be of the same manufacturer. 2.02 RATINGS A. Service Conditions 1. The Drawings indicate the approximate horsepower and intended control scheme of the motor driven equipment. Provide the VFD, auxiliary components and equipment where shown or specified, and matched to the motors and control equipment supplied, in compliance with the NEC. All variations necessary to accommodate the motors and controls as actually furnished shall be made without extra cost to the Owner. 2. The service voltage shall be as shown on the Drawings.The overall short circuit withstand and interrupting rating of the VFD and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the adjustable frequency drives. Adjustable frequency drives shall be tested, and UL labeled for the specified short circuit duty in combination with the motor branch circuit protective device. 3. The drive shall be UL and CUL listed and not require external fuses. The drive shall also be CE labeled and comply with standards EN 61800-3 for EMC compliance and EN 61800- 2 for low voltage compliance. 4. The drive shall be capable of operating in compliance with IEEE 519-1992. 5. Input power: Selectable for 200-240 or 380-480 VAC, 3-phase power input. Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23-5 100%/Submittal 0512-239525 09/16/2020 6. Input frequency: 57 to 63 Hz, 7. Ambient temperature: -10°C to 50°C (Enclosed). 8. Elevation: Up to 3300 feet above mean sea level. 9. Relative humidity: Up to 90%non-condensing. B. The VFD, for both constant and variable torque applications, shall be sized for a motor one NEMA size larger than the motor being supplied. C. The VFD output shall be 100% rated current continuous, suitable for operation of the driven equipment over a 30:1 speed range without overloading or low speed cogging. Drives shall be capable of a continuous overload up to 110%rated current and a maximum 150%overload for 1 minute. Starting torque shall be matched to the load. D. Rated output voltage shall be programmable for motor ratings from 180 to 240 volts,or from 320 to 480 volts. E. The Drive shall be able to operate after a voltage dip below 175 VAC on 230 VAC input power and 310 VAC on 460 VAC input power for 15 milliseconds at 85% full load current without any disturbances in output power delivered to the load. F. The VFD output voltage shall vary with frequency to maintain a constant volts/hertz ratio up to base speed (60 hertz) output. Constant or linear voltage output shall be supplied at frequencies greater than base speed(60 hertz). G. The VFD overload current rating shall be 110%of rated current for one minute for variable torque applications and 150%of rated current for constant torque applications,in an ambient temperature of 104°F. H. The VFD shall have an efficiency at fiill load and speed that exceeds 95%for VFDs below 15 HP and 97% for drives 15 HP and above. The efficiency shall exceed 90% at 50% speed and load. I. The true power factor shall be 0.95 or better at any speed,measured at drive input terminals. J. The voltage regulation shall be plus or minus 1% of rated value,no load to full load. K. Output Frequency Drift shall be not more than plus or minus 0.5%from setpoint. L. VFDs shall withstand five cycle transient voltage dips of up to 15% of rated voltage without an undervoltage trip or fault shutdown, while operating a variable torque load. M. Line notching,transients, and harmonics on the incoming line shall not affect drive performance. N. The VFDs shall meet IEC 61200-2 for vibration levels. O. The VFDs shall be able to withstand voltage variations of-15%to+10%and imbalance up to 3% without tripping or affecting drive performance. P. For additional requirements and construction notes,refer to the Drawings. Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23-6 100%/Submittal 0512-239525 09/16/2020 2.03 CONSTRUCTION A. General 1. Refer to Drawings for: actual layout and location of equipment and components; current ratings of devices, components; protective relays, voltage ratings of devices, components and assemblies; and other required details. 2. Control units shall be arranged as shown on the Drawings. 3. Surge Protective Devices a. Furnish where shown on the Drawings,or specified herein,a manufacturer provided and installed,a Low Voltage Surge Protective Device(SPD),as specified in Section 264313 of these Specifications. b. Connection to the switchgear shall be with a surge rated disconnect, mounted integral to the switchgear. C. Except for VFD components, where the equipment contains a programmable logic controller (PLC) or an uninterruptible power supply (UPS), the equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device (SPD), with disconnecting means, as specified in Section 264313, Individual Control Panel and Related Equipment Protection(Type 3). 4. Where Kirk-Key arrangements are used,the Kirk keyed interlocks shall be Kirk HD Series (Heavy Duty) 316 Series of 316 stainless steel or approved equal. 5. Nameplates a. External 1) Nameplates shall be engraved,laminated impact acrylic,matte finish,not less than 1/16-in thick by 3/4-in by 2-1/2-in,Rowmark 322402.Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X 1/2", or equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70%alcohol until all residue has been removed.Epoxy adhesive or foam tape is not acceptable. 2) Provide a master nameplate that indicates equipment ratings, manufacturer's name, shop order number and general information. Cubicle nameplates shall be mounted on the front face, on the rear panel and inside the assembly, visible when the rear panel is removed. 3) Provide permanent warning signs as follows: a) "Danger-High Voltage-Keep Out" on all doors. b) "Warning- Hazard of Electric Shock - Disconnect Power Before Opening or Working On This Unit" on main power disconnect. b. Internal 1) Control components mounted within the assembly, such as fuse blocks, relays,pushbuttons,switches,etc.,shall be suitably marked for identification, Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23-7 100%/Submittal 0512-239525 09/16/2020 corresponding to appropriate designations on manufacturer's wiring diagrams. C. Special 1) Identification nameplates shall be white with black letters,caution nameplates shall be yellow with black letters, and warning nameplates shall be red with white letters. 6. Control Devices and Indicators a. All operating control devices,indicators,and instruments shall be securely mounted on the panel door. All controls and indicators shall be 30mm, corrosion resistant, NEMA 4X/13, anodized aluminum or reinforced plastic. Booted control devices are not acceptable. Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein and as required by the detailed mechanical and electrical equipment requirements. b. Indicator lamps shall be LED type.For all control applications,indicator lamps shall incorporate a push-to-test feature. Lens colors shall be as follows: 1) Red for ON,Valve OPEN, and Breaker CLOSED. 2) Green for OFF,Valve CLOSED and Breaker OPEN. 3) Amber for FAIL. 4) Blue for READY 5) White for POWER ON. C. Mode selector switches (HAND-OFF-AUTO, LOCAL-OFF-REMOTE, etc.) shall be as shown on the Drawings. Units shall have the number of positions and contact arrangements, as required. Each switch shall have an extra dry contact for remote monitoring. d. Pushbuttons, shall be as follows: 1) Red for STOP, Valve OPEN, Breaker OPEN and mushroom Red for EMERGENCY STOP. 2) Green for START,Valve CLOSE and Breaker CLOSE. 3) Black for RESET. e. Furnish nameplates for each device.All nameplates shall be laminated plastic,black lettering on a white background, attached with stainless steel screws. Device mounted nameplates are not acceptable. f. The manufacturer shall not remove, reuse, alter, or replace original equipment nameplates or equipment tags associated with equipment or components supplied by the manufacturer's suppliers and sub-suppliers. g. Control and Instrument Power Transformers 1) Control power transformers shall be provided where shown on the Drawings. Transformer shall be sized for the entire load, including space heaters, plus Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23-8 100%/Submittal 0512-239525 09/16/2020 25% spare capacity. Provide a load calculation showing that the sizing of the control power transformer complies with this requirement. 2) Control power transformers shall be 120 volts grounded secondary. Primary side of the transformer shall be fused in both legs. One leg of the transformer secondary shall be solidly grounded while the other leg shall be fused. 7. A failure alarm with horn and beacon light shall be provided when required or specified. Silence and Reset buttons shall be furnished. Alarm horn and beacon shall be by Federal Signal; Crouse-Hinds, or equal,NEMA 4X for all areas except for NEMA 7 areas, which shall be NEMA 7 cast aluminum. 8. Where specified or shown on the Drawings, a six-digit, non-resettable elapsed time meter shall be installed on the face of each motor starter. Meter shall be as specified in Section 262713. 9. Each VFD shall have an HMCP or thermal magnetic circuit breaker, as shown on the Drawings,to provide a disconnect means.VFDs above 75HP shall have a solid-state circuit breaker. Disconnecting means shall have a through the door lockable handle,mechanically interlocked with the enclosure door.The disconnect shall not be mounted on the door. The handle position shall indicate ON, OFF, and TRIPPED condition. The handle shall have provisions for padlocking in the OFF position with at least three (3) padlocks. Interlocks shall prevent unauthorized opening or closing of the VFD door with the disconnect handle in the ON position.Door handle interlock shall be defeatable only by qualified maintenance personnel. 10. Each VFD shall have the application specific,Hand-Off-Remote and Auto-Manual selector switches for local and remote Auto-Manual operation, provisions to accept a remote dry contact closure to start and stop the drive with the drive control system in the AUTO mode, provisions to accept a 4-20 mA do input signal for remote speed control, and other input, output and communications interfaces as shown on the Drawings. Inputs shall be isolated at the drive and active with the drive control system in the AUTO mode. 11. Each VFD shall be microprocessor based with an LED and LCD display to monitor operating conditions. The Drive display section shall allow for local operation and setting of Drive function codes and display fault indication and reasons associated with the fault. The LED display shall offer nine different display settings and the LCD shall have the capacity to display five lines of information at a time. The keypad shall be capable of copying, uploading and downloading drive function codes. Displays and settings shall be as specified for each of the horsepower ranges of VFDs. 12. Where shown on the Drawings, furnish a motor over-current relay, or other protective or monitoring relays, as specified herein, to provide information to the Owner's Multilin PMCS based HMI system. 13. Where shown on the Drawings, the VFD shall have an AC output contactor to provide a means for positive disconnection of the drive output from the motor terminals. B. Enclosures 1. General a. Each enclosure shall incorporate a removable back panel, and side panels, on which control components shall be mounted. Back panel shall be secured to the enclosure with collar studs for wall mounted enclosures,and 316 SS hardware for free standing enclosures. Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23-9 100%/Submittal 0512-239525 09/16/2020 b. All free-standing enclosures shall be provided with feet of the same construction as the enclosure. C. The enclosure door shall be interlocked with the main circuit breaker by a panel mounted cable driven operating mechanism. d. Back panel shall be tapped to accept all mounting screws. Self-tapping screws shall not be used to mount any components. e. All enclosure doors shall have bonding studs. The enclosure interior shall have a bonding stud. f. Each enclosure shall be provided with a documentation pocket on the inner door. g. Enclosures shall not have holes or knockouts. h. Provide manufacturer's window kits where shown on the Drawings. i. All panels installed outdoors shall have a factory applied, suitable primer and final coat of weatherproof white paint. j. All enclosures shall be padlockable. 2. NEMA 7AX a. Class 1,Division 1,Groups A,B, C, and D, or as defined in NFPA 70). Boxes shall be constructed as follows: 1) Copper free cast aluminum body and cover 2) Stainless steel hinges 3) Watertight neoprene gasket 4) Stainless steel cover bolts 5) All penetrations shall be factory drilled and tapped. b. Manufacturers 1) Cooper Crouse Hinds Type EJB, Style C 2) Appleton Electric Type AJBEW 3) Approved Equal 3. NON-METALLIC a. Chemical Rooms. NEMA 4X constructed as follows: 1) PVC or Fiberglass reinforced polyester body and door. 2) UV inhibitors 3) Luggage type quick release latches 4) Foam-in-place gasketed doors b. Manufacturers 1) Hoffman Polypro 2) Hubbell-Wiegmann Non-Metallic 3) Approved Equal 4. ALUMINUM a. NEMA 4X Aluminum Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23- 10 100%/Submittal 0512-239525 09/16/2020 1) Type 5052 aluminum,body and door 2) Stainless steel continuous hinge 3) Foam in-place gasket 4) Single point quarter turn latches(20"x24"and below).All others 3-point latch b. Manufacturers 1) Hoffman Comline 2) EMF Company 3) NEMA Enclosures Company 4) Hammond Company 5) Approved Equal 5. NEMA 12 a. NEMA 12 Aluminum 1) Type 5052 aluminum,body and door 2) Stainless steel continuous hinge 3) Foam in-place gasket 4) Single point quarter turn latches(20"x24"and below).All others 3-point latch b. Manufacturers 1) Hoffman Comline 2) EMF Company 3) NEMA Enclosures Company 4) Hammond Company 5) Approved Equal 6. Not Defined a. Where an enclosure is not otherwise defined or shown on the Drawing 1) NEMA 4X 316 Stainless Steel 2) Type 316 stainless steel,body and door 3) Stainless steel continuous hinge 4) Foam in-place gasket 5) Single point quarter turn latches(20"x24"and below).All others 3-point latch b. Manufacturers 1) Hoffman Concept Series 2) EMF Company 3) NEMA Enclosures Company 4) Hammond Company 5) Approved Equal 7. NEMA 1 or NEMA 1 A boxes shall not be used. 8. Malleable iron boxes shall not be used. Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23- 11 100%/Submittal 0512-239525 09/16/2020 C. Cooling Fans 1. Fans shall be f imished for VFDs, as required by the manufacturer, to provide air circulation and cooling. The fan shall be controlled by a thermostat and shall operate only when the drive is"ON"and for a cool-down period after the drive has stopped. Otherwise the fan shall not run when the drive is "OFF". Louvers, if provided, shall have externally removable filters. The filter shall be metallic and washable. 2. Fan motors shall be protected by an input circuit breaker. Metal squirrel cage ball bearing, three phase fan motors with 10-year design life shall be used in the drive design. Plastic muffin fans are not acceptable.Fan power shall be obtained from a tap on the main control power transformer. 3. A "loss of cooling" fault shall be fitrnished. In the event of clogged filters or fan failure, the drive shall produce an alarm and then, in a predetermined time, shut down safely without electronic component failure. 4. Redundant fans shall be provided in the drive design as backup in the event of fan failure. D. Internal Wiring 1. Wiring: Tinned stranded copper, minimum size No. 14 AWG, with 600 Volt, 90-degree C, flame retardant, Type MTW thermoplastic insulation,NEMA Class II, Type B wiring. Line side power wiring shall be sized for the full rating or frame size of the connected device. 2. Identification: Numbered sleeve type wire markers at each termination point,color coding per NEMA standards and the NEC. Foreign voltage control wiring shall be yellow. 3. All wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire. The marking shall be permanent, non-smearing, solvent-resistant type like Raychem TMS-SCE, or equal. 4. All wiring shall be neatly bundled with ty-raps and supported to wire way supports.Control wiring shall be bundled separately from power wiring. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. E. Field Installed Internal Wiring 1. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately fi•om the rest of the control wiring. 2. All field wiring shall be tagged and coded with an identification number. Coding shall be typed on a heat shrinkable tube applied to each end of the wire. The marking shall be a permanent, non-smearing, solvent-resistant type like Raychem TMS-SCE, or equal 3. In general, all conduit entering or leaving equipment shall be stubbed up into the bottom of the enclosure directly below the area in which the conductors are to be terminated, or from the top if shown on the Drawings. Conduits shall not enter the side unless approved in writing by the Owner/Engineer. F. Control Relays Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23- 12 100%/Submittal 0512-239525 09/16/2020 1. Control relays shall be 300-volt, industrial rated, plug-in socket type, housed in a transparent polycarbonate dust cover, designed in accordance with UL Standard 508 for motor controller duty. Continuous contact rating shall be 10 amperes resistive, 1/4 HP at 120 VAC,operating temperature-10 to+55°C.Provide spare N.O.&N.C.contacts.Relays shall be equipped with neon coil indicator light.Timing relays shall be 300 Volt,solid state type, with rotary switch to select the timing range. All relays provided in the equipment shall be NEMA rated. IEC rated relays are not acceptable. 2.04 ADJUSTABLE FREQUENCY DRIVES (VFDS)FOR MOTORS LARGER THAN 60 HP A. General 1. Each drive shall be a minimum 18-pulse, IGBT based sinusoidal PWM type AC Drive capable of operating a squirrel cage induction motor with a full load current equal to or less than the continuous output of the Drive. The drive panel shall incorporate a phase shift transformer and a minimum 18 pulse converter. Regulator technology shall be software configurable to either V/Hz (single or multi motor) mode or Sensorless Dynamic Torque Vector mode (single motor). Full, closed loop flux vector control shall be available for constant torque applications. In V/Hz mode at base speed(60 hertz) and below,the Drive shall operate in constant volts per hertz mode. Above base speed(60 hertz),the Drive may selectively operate in either a constant volt per hertz mode or a constant voltage extended frequency mode. 2. The VFD shall be able to start into a spinning motor. The VFD shall be able to determine the motor speed in any direction and resume operation without tripping. If the motor is spinning in the reverse direction,the VFD shall start into the motor in the reverse direction, bring the motor to a controlled stop, and then accelerate the motor to the preset speed. 3. The Drive shall maintain set frequency regardless of load fluctuations. 4. The Drive shall be able to operate after a voltage dip below 175 VAC on 230 VAC input power and 310 VAC on 460 VAC input power for 15 milliseconds at 85%full load current without any disturbances in output power delivered to the load. If power exceeds this level, six different modes or active and inactive restart modes shall be available. The decrease in motor speed shall be adjustable in the event of a momentary power outage. 5. The Drive shall have a programmable start frequency,adjustable from 0.1 to 60 hertz,with a 1 hertz resolution and with a holding time adjustable from 0.1 to 10 seconds. 6. The Drive shall have IGBT soft switching and a low noise control power supply system to reduce the noise from the drive. 7. The Drive shall have a frequency bias (starting frequency) function programmable from - 120 to+120 Hz of maximum frequency,with 0.1 Hz resolution. 8. Drive frequency gain shall be programmable from 0-200%,with 0.1%resolution. 9. The Drive shall be capable of motor slowdown or stop by selectable regenerative (to the DC link) dynamic braking while following one of the four selectable deceleration ramps, and control the braking torque by setting its value from 0, 20 to 150%, 999 (no limit) of Drive rating. It shall also be capable of changing the rate of deceleration automatically by stopping the braking action long enough to avoid Drive over-voltage trip. 10. The Drive shall can start into a rotating load (forward or reverse) and shall smoothly accelerate or decelerate to the set point without experiencing component damage. Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23- 13 100%/Submittal 0512-239525 09/16/2020 11. The Drive shall can stop by selectable DC injection braking. It shall be adjustable from 0 to 100% braking level and have a programmable starting frequency for DC braking (0.2- 60 hertz) and programmable braking time (0.1 to 30.0 seconds). 12. The Drive shall have a start Frequency Setting that incorporates a Holding Time at the Frequency Setting, adjustable up to 10 seconds in duration. 13. The Drive shall provide at least three selectable skip frequencies with programmable band widths, adjustable 0 to 30 Hz, which shall not allow operation at or near mechanical resonance speeds. 14. The Drive shall provide selectable slip compensation,which shall sense output current and adjust output 15. The Drive shall have Droop operation,balancing drooping characteristics to speed and load variations. This function shall be adjustable from—9.9 to 0.0 Hz. 16. The Drive shall have a selectable Torque Limiting function for both motoring and braking that shall sense an overload condition and shall reduce frequency and current temporarily until the load reaches acceptable levels. If the overload condition is not settled in the proper amount of time, the Drive shall trip on overload. The Torque Limiting shall be programmable from 20-150% of Drive rated motor torque(30 HP an below) and from 20- 150% of Drive rated motor torque (40 HP and above),with 1%resolution. 17. The Drive shall have a selectable electronic inverse time thermal overload function as required by NEC and UL Standard 991 for an AC Induction Motor (Refer to applicable codes for specific installation requirements). The overload shall be programmable from 20 - 135% of Drive rated current. 18. The Drive shall have an over-voltage protection function that operates if supply voltage rises above rated value or by motor's regeneration. 19. The Drive shall treat short circuits in either the output load or the output module as an over- current. 20. If the Drive heat sink temperature exceeds approximately 100°C,the Drive shall shut down on over temperature fault. 21. The Drive shall provide output ground fault protection. B. Control and Monitor Interface 1. The Control shalt have a graphic back-lit liquid crystal display (LCD) which can be configured to display frequency,current, function code set points, or drive status and fault codes. It shall display lines with characters of text,providing display at a minimum of: a. Monitor b. Operate C. Parameter setup d. Actual parameter values C. Active faults f. Fault history g. LCD adjustments 2. Setups and Adjustments a. Start command from keypad, remote or communications port b. Speed command from keypad, remote or communications port C. Motor direction selection Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23- 14 100%/Submittal 0512-239525 09/16/2020 d. Maximum and minimum speed limits e. Acceleration and deceleration times,two settable ranges f. Critical(skip)frequency avoidance g. Torque limit h. Multiple attempt restart function i. Multiple preset speeds adjustment j. Catch a spinning motor start or normal start selection k. Programmable analog output 1. DC brake current magnitude and time M. PID process controller 3. System Interfaces a. Remote manual/auto b. Remote start/stop C. Remote forward/reverse d. Remote preset speeds e. Remote external trip £ Remote fault reset g. Process control speed reference interface,4-20mA DC h. Potentiometer and 1-IOVDC speed reference interface i. Programming interface port. C. Outputs — A minimum of two discrete programmable digital outputs, one programmable open collector output, and one programmable analog output shall be provided, with the following available at minimum: 1. Programmable relay outputs with one set of Form C contacts for each, selectable with the following available at minimum: a. Fault b. Run C. Ready d. Reversed e. Jogging f. At speed g. Torque Limit Supervision h. Motor rotation direction opposite of commanded i. Over-temperature 2. Programmable open collector output with available 24VDC power supply and selectable with the following available at minimum: a. Fault b. Run C. Ready d. Reversed e. Jogging f. At speed Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23- 15 100%/Submittal 0512-239525 09/16/2020 g. Torque Limit Supervision h. Motor rotation direction opposite of commanded i. Over-temperature 3. Programmable analog output signal, selectable with the following available at minimum: a. Motor current b. Output frequency C. Frequency reference d. Motor speed C. Motor torque f. Motor power g. Motor voltage h. DC-bus voltage i. All (Analog Input 1) j. AI2 (Analog Input 2) 2.05 METERING AND PROTECTIVE RELAYS A. A 100VA minimum UPS shall be provided, powered from the control power transformer to provide control power to the feeder management relays and power quality meters. 2.06 REMOTE MONITORING AND CONTROL INTERFACE A. General: All control and interconnection points from the equipment to the plant control and monitoring system shall be brought to a separate connection box. No field connections shall be made directly to the equipment control devices. Functions to be brought out shall be as specified in the Instrumentation Divisions. B. Discrete control or status functions shall be form C relays with contacts rated at 120 volts AC. Analog signals shall be isolated from each other. C. Equipment functions to be directly interfaced to the Plant Control and Monitoring System, shall be designed for operation with an Ethernet Connection. D. The equipment manufacturer shall factory enter the proper IP Address for such connection.Upon request by the Contractor, the Owner/Engineer will provide the proper Internet Protocol Address (IP Address), to be configured by the equipment manufacturer. E. Refer to the Instrumentation Divisions for monitored parameters. F. Communication 1. For remote monitoring,one of the following communication capabilities shall be provided: a. One integral 10/10013aseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP protocols. Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23- 16 100%/Submittal 0512-239525 09/16/2020 b. One media protocol converter,interfacing the provided equipment to a 10/1 OOBaseT Ethernet port supporting Modbus TCP,Ethernet IP and SNMP. 2. The protocol interface shall implement the following: a. All data shall be available and/or mirrored within the Modbus 4x or "Holding Register" memory area. b. Register 4x00001 shall exist and be readable to allow simple, predictable "comm tests". 3. The media protocol converter shall meet the following criteria: a. The converter shall support 10/100Base-T Ethernet.The serial port speed(baud rate) shall support 230kbps. The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60 degrees C, with humidity range minimum of 5-90 percent. Shock capability on the serial port shall be ESD +15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30VDC at 0.5A minimum. C. The converter shall have LED status for serial, signals,power, and Ethernet. d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable. The converter shall have DB-9M port connection,with screw terminals,to the input. e. Converter shall be Digi One IAP, or approved equal. 2.07 SPARE PARTS A. Provide the following spare parts: 1. Three—Control fuses of type used. 2. Three—Power fuses of type used. B. Spare parts shall be boxed or packaged for long term storage and clearly identified on the exterior of package. Identify each item with manufacturers name, description and part number 2.08 FACTORY TESTING A. The VFDs shall be completely assembled, wired, and adjusted at the factory and shall be given the manufacturer's routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. B. Prior to factory testing, submit confirmation that the manufacturer has checked and verifies that all selections and settings required by the Power System Study Engineer have been performed. C. Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE,UL, and NEMA standards. D. The operational test shall include the proper connection of supply and control voltage and, as far as practical,a mockup of simulated control signals and control devices shall be fed into the boards to check for proper operation. Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23- 17 100%/Submittal 0512-239525 09/16/2020 PART 3 - EXECUTION 3.01 MANUFACTURER'S REPRESENTATIVE A. Provide the services of a qualified factory-trained manufacturer's field engineer to assist in the installation and start-up of each type of the equipment specified below for a period of not less than two working days, with not less than one working day per VFD. The manufacturer's field engineer shall provide technical direction and assistance in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained therein. 3.02 INSTALLER'S QUALIFICATIONS A. Provide an installer who shall be specialized in installing low voltage adjustable frequency drives with minimum five years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.03 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Housekeeping pads shall be included for the floor mounted motor controllers as detailed on the Drawings except for motor controllers which are to be installed adjacent to an existing unit. Housekeeping pads for these (if used) should match the existing installation. C. Check concrete pads and baseplates for uniformity and level surface. D. Verify that the equipment is ready to install. E. Verify field measurements are as instructed by manufacturer. 3.04 INSTALLATION A. Install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install required safety labels. 3.05 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections.Minimum acceptable values are specified in manufacturer's instructions. Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23- 18 100%/Submittal 0512-239525 09/16/2020 3.06 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. B. The Power Monitoring and Protective Relays shall be set in the field by a qualified representative of the manufacturer, in accordance with settings designated in a coordinated study of the system as required in Section 26 05 73 Power System Study.All such settings,including the application of arc flash labels, shall have been Approved by the Owner/Engineer, printed and attached to the equipment prior to energizing of the equipment. 3.07 FIELD TESTING A. The VFD manufacturer's field engineer shall perform all electrical field tests recominended by the manufacturer and make all control adjustments required for the individual application of the drive. B. Submit the results of all specified tests to the Engineer/Owner within five business days for approval and for their permanent records. 3.08 CLEANING i A. Remove all rubbish and debris from inside and around the motor controllers. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes,vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.09 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. 3.10 MANUFACTURER'S CERTIFICATION A. Provide the services of a qualified factory-trained manufacturer's representative who shall certify in writing that the equipment has been installed, adjusted, including all settings designated in the Power System Study, and tested in accordance with the manufacturer's recommendations. B. Provide three copies of the manufacturer's representative's certification. 3.11 TRAINING A. Provide manufacturer's services for training of plant personnel in operation and maintenance of the adjustable frequency drives furnished under this Section. B. The training for each type of equipment shall be for a period of not less than one eight-hour day. Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23- 19 100%/Submittal 0512-239525 09/16/2020 C. The cost of the training program to be conducted with Owner's personnel shall be included in the Contract Price. The training and instruction, insofar as practicable, shall be directly related to the system being supplied. D. Provide detailed O&M manuals to supplement the training course. The manuals shall include specific details of equipment supplied and operations specific to the project. E. The training session shall be conducted by a manufacturer's qualified representative. Training program shall include instructions on the assembly, motor starters, protective devices,metering, and other major components. F. The Owner reserves the right to videotape the training sessions for the Owner's use. END OF SECTION 26 29 23 Westside WTP Plate Settler Expansion Project Variable Frequency Motor Controllers City of Fort Worth 26 29 23-20 100%/Submittal 0512-239525 09/16/2020 SECTION 26 4119—ELECTRICAL DEMOLITION PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish, install and test all equipment, wiring and appurtenances as may be required to perform the electrical demolition shown on the Drawings and as specified herein. B. Make all required field verifications specified and/or as necessary to determine all the requirements as specified for the continued operation of the Owners facilities during the construction process prior to bidding. All costs and time required to perform the work shall be included in the Contract Price and Schedule. 1.02 RELATED WORK- A. Refer to Division 260000 and the Contract Drawings,for related work and electrical coordination requirements. 1.03 SCHEDULES A. Schedule all required shutdowns with the Owner/Engineer to coordinate the system demolition and installation of temporary facilities with the Owner's operational requirements. 1.04 STANDARDS A. Temporary wiring of systems to maintain operation of facilities while undergoing modifications and demolition shall be provided in accordance with: 1. American National Standards Institute / National Fire Protection Association (ANSI/NFPA), No. 70 —National Electrical Code (NEC), Article No. 590 — Temporary Wiring. 1.05 QUALITY ASSURANCE A. Verify field measurements and circuiting arrangements are as shown on the Drawings. B. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Demolition drawings are based on casual field observation and existing record documents. Discrepancies shall be reported to the Owner/Engineer before disturbing the existing installation. Westside WTP Plate Settler Expansion Project Electrical Demolition City of Fort Worth 2641 19- 1 100%/Submittal 0512-239525 09/16/2020 D. Beginning demolition, signifies the existing conditions have been accepted and warrants that service to equipment and items not scheduled or indicated for removal will be maintained. Temporary shutdowns and demolishing of any equipment shall be arranged and approved by the Owner to not interrupt critical process operations. PART 2 - PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Materials and equipment for patching and extending work shall be as specified in individual Sections. 2.02 DESIGN AND CONSTRUCTION A. Provide temporary electrical conductors and raceway as required to maintain continued operation in accordance with the Owner's operational requirements and meeting the requirements of the NEC. PART 3 - EXECUTION 3.01 PREPARATION A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal. B. Coordinate utility service outages with the Utility Company. Continuous service to operating equipment shall be provided as required by the Owner's process operational needs which may include the temporary use of portable generation as specified herein. C. Provide temporary wiring and connections to maintain existing systems in service during construction. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. D. The Owner's process operations shall continue without interruption throughout the project demolition and construction as required by the Owner and/or regulating bodies including but not limited to the EPA, and State or Local authorities having jurisdiction. 1. As required to meet the Owner's process requirements,provide on-site generation with the capacity and voltage required by the Owner's power system to prevent process interruptions unacceptable to the Owner. Include all engine-generator fluids and fuel and rental expenses for the duration required by the work in the Contract Price. 2. Examine the Contract Documents and make any site visits necessary, including interviews with Owner's Personnel to determine what process are required to remain in service prior to bidding. Include all costs to keep the required process in operation including all materials, labor, expenses required by the electric Utility serving the project site and on- site generation in the Contract Price and Schedule. The determination of the requirements Westside WTP Plate Settler Expansion Project Electrical Demolition City of Fort Worth 26 41 19-2 100%/Submittal 0512-239525 09/16/2020 for continued process operations prior to bidding is required. No increase in Contract Time or Price will be allowed if this requirement is not met. 3. If failure to provide adequate power to keep the process in operation which causes a regulatory body to levy fines against the Owner, Owner shall be reimbursed. No increase in Contract Price for such expenses will be accepted. 3.02 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK- A. Remove,relocate and extend existing installations to accommodate new construction. B. Remove abandoned wiring from the load to the source of supply. C. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes.Cut conduit flush with walls and floors,and patch surfaces to match the existing surfaces. D. Disconnect abandoned outlets and remove devices.Remove abandoned outlets if conduit serving them is abandoned and removed. Provide blank cover for abandoned outlets which are not removed. E. Disconnect and remove abandoned panelboards and distribution equipment. Remove all associated conduit and conductors and the supporting means. Patch the wall, floor, or other surfaces where the equipment and associated raceway were attached to match the existing surfaces. F. Disconnect and remove electrical devices associated with mechanical equipment that has been removed. Remove all associated raceway and conductors. Patch the wall,floor, or other surfaces where the electrical devices and associated raceway were attached to match the existing surfaces. G. Repair adjacent construction and finishes damaged during demolition and extension work. H. Maintain access to existing installations which remain active. Modify installation or provide access to panels as appropriate. 1. Where the demolition or revision of any portion of a raceway or box in the raceway system, in classified area, causes the raceway system of the area to no longer comply with the classification or specification requirements of the area, provide and install such boxes, fittings, etc. as may be necessary to return the raceway system to compliance with the classification of the area and with these specifications. J. Extend existing installations using materials and methods as specified for new work. Using existing raceways is acceptable where extension of existing raceways is shown or specified only if the existing raceways are in accordance with the specifications for the new raceways. Replace existing raceways which do not meet these specifications. K. All work shall be done in an orderly and careful manner. Hold noise, dust, and vibration to a minimum and conduct the work to avoid any damage to the surroundings. Remove all items and parts as shown and noted on the Drawings and as otherwise may be required to be removed to complete the work as specified. Westside WTP Plate Settler Expansion Project Electrical Demolition City of Fort Worth 2641 19-3 100%/Submittal 0512-239525 09/16/2020 L. Salvaged Equipment and Materials 1. The Owner shall have the right to retain any or all electrical and instrumentation equipment shown or specified to be removed from the site. 2. Prior to starting demolition,the Contractor and Owner/Engineer shall jointly visit the areas of demolition and the Owner/Engineer will designate those items that are to remain the property of the Owner. 3. Equipment and material designated by the Owner to remain the property of the Owner shall be removed from the work area and transported to a designated location on the site and stored for the Owner's use. Store on wood runners raised above the surrounding grade and cover with weather resistant covering and tie securely or store inside Owner furnished storage as directed by the Owner/Engineer. 4. Take necessary precautions in removing Owner designated property to prevent damage during the demolition process. Remove steel structural members by unbolting, cutting welds,or cutting rivet heads and punching shanks through holes.Do not use a cutting torch to separate the Owner's equipment or material unless approved by the Owner/Engineer. 5. If possible, items to be salvaged shall be removed in one piece or in a manner that does not impact their reuse. Loose components may be removed separately. Controls and electrical equipment may be removed from the equipment and handled separately. Large units may be handled separately. M. Material removed from the construction site during demolition,and any equipment not otherwise designated to remain the property of the Owner in accordance with the pre-demolition identification process shall become the property of the Contractor and shall be promptly removed from the construction site. N. Refurbish and replace any existing facility to be left in place which is damaged by the demolition operations with no change in Contract Price or Schedule. The repair of such damage shall result in the parts being returned to such a condition which is at least equal to that found at the start of the Work. 3.03 CLEANING AND REPAIR A. Clean and repair existing materials and equipment which remain or are to be reused. B. Panelboards: Clean exposed surfaces and check tightness of electrical connections. Replace damaged circuit breakers and provide closure plates for vacant positions. Provide typed circuit directory showing revised circuiting arrangement. END OF SECTION 26 41 19 Westside WTP Plate Settler Expansion Project Electrical Demolition City of Fort Worth 2641 19-4 100%/Submittal 0512-239525 09/16/2020 SECTION 26 43 13 —SURGE PROTECTION FOR LOW-VOLTAGE ELECCTRICAL POWER CIRCUITS PART 1 - GENERAL 1.01 SCOPE OF WORK A. This Section of the Specifications describes the requirements for low voltage AC surge protective devices (SPDs 1Kv and less), to be furnished under other Sections of the Specifications. B. All equipment described herein shall be submitted, and factory installed, as an integral part of equipment specified elsewhere in these Specifications. 1.02 RELATED WORK A. Refer to Division 26 00 00 for related work and electrical coordination requirements. 1.03 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under- other Sections.Individual submittals for equipment specified herein will not be accepted and will be returned umeviewed. Unmarked cut sheets will cause rejection of the submittal and its return for revision. B. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related sections to which reference is made in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned umeviewed. C. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., enough to confirm that the SPD provides every specified requirement. Any options or exceptions shall be clearly indicated, with the reason for such deviations. Acceptance of any deviation will be at the sole discretion of the Owner/Engineer. Shop drawings, not so checked and noted, will be returned unreviewed. D. The submittals shall include: 1. Dimensional drawing of each SPD type. 2. UL 1449 Third Edition Listing, Standard for Safety, Surge Protective Devices, documentation. Provide verification that the SPD complies with the required ANSI/UL 1449 3rd Edition listing by Underwriters Laboratories(UL)or other Nationally Recognized Testing Laboratory(NRTL). 3. UL 1283 Listing,Electromagnetic Interference Filters,documentation. Westside WTP Plate Settler Expansion Project Surge Protection For Low-Voltage Electrical Power Circuits City of Fort Worth 2643 13- 1 100%/Submittal 0512-239525 09/16/2020 4. ANSI/IEEE C6241 and C6245, Category C3 (20kV-1.2/50, IOkA-8/20µs waveform) clamping voltage test results. E. Operation and Maintenance Manuals. 1. Operation and Maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets C. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. 1.04 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. UL 1449 Third Edition—Surge Protective Devices 2. UL 1283 Electromagnetic Interference Filters 3. ANSI/IEEE C62.41.2-2002—IEEE Recommended Practice on Characterization of Surge Voltages in Low Voltage AC Power Circuits 4. ANSI/IEEE C62.45-2002—IEEE Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage AC Power Circuits. 5. NEC Article 285 - Surge Protective Devices 6. NEMA/ISCI— 109 Transient Overvoltage Withstand Test 7. IEEE Std. 472/ANSI C37.90A Surge Withstand Capability Tests 8. IEC 255.4 Surge Withstand Capability Tests B. All SPDs and their installation shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL)where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the SPD shall be the same as the manufacturer of the service entrance and distribution equipment in which the devices are installed and shipped. The protected electrical equipment, after installation of the SPD, shall be fully tested and certified to the following UL standards: 1. UL 67 -Panelboards. Westside WTP Plate Settler Expansion Project Surge Protection For Low-Voltage Electrical Power Circuits City of Fort Worth 2643 13-2 100%/Submittal 0512-239525 09/16/2020 2. UL 845 -Motor Control Centers. 3. UL 891 - Switchboards. 4. UL 1558 -Low Voltage Switchgear, C. For the equipment specified herein,the manufacturer shall be ISO 9001 or 9002 certified. 1.06 WARRANTY A. Provide warrantees, including the manufacturer's warrantee, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for five years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable (Type 1 and Type 2): 1. Cutler Hammer. 2. General Electric Co. 3. Square D 4. Allen Bradley 5. Approved equal. B. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable (Type 3): 1. Edco SLAC Series 2. Phoenix Contact 3. Brick Wall Model PWOM20 4. Approved equal. 2.02 SERVICE ENTRANCE AND DISTRIBUTION EQUIPMENT A. General 1. All SPDs shall be internal to the equipment being protected. Externally housed SPDs will not be acceptable. 2. All SPDs shall be marked with a short-circuit current rating and shall meet or exceed the available fault current at the connection point. 3. UL 1449 Usage Classifications. Westside WTP Plate Settler Expansion Project Surge Protection For Low-Voltage Electrical Power Circuits City of Fort Worth 2643 13-3 100%/Submittal 0512-239525 09/16/2020 a. Type 1 — Permanently connected SPDs intended for installation between the secondary of the service transformer and the line side of the service equipment overcurrent device, and intended to be installed without an external overcurrent protective device. b. Type 2—Permanently connected SPDs intended for installation on the load side of service equipment overcurrent device; including SPDs located at the branch panel. C. Type 3 —Point of utilization SPDs, installed at a minimum conductor length of 10 meters (30 feet) from the electrical service panel to the point of utilization, for example cord connected, direct plug-in, receptacle type and SPDs installed at the utilization equipment being protected. The distance (10 meters) is exclusive of conductors provided with or used to attach SPDs. 4. Construction of Type 1 and Type 2. a. Fully Integrated Component Design: All of the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b. Overcurrent Protection: The unit shall contain thermally protected MOVs. The thermally protected MOVs shall have a thermal protection element packaged together with the MOV in order to achieve overcurrent protection of the MOV. The thermal protection element shall disconnect the MOV(s) from the system in a fail- safe manner should a condition occur that would cause them to enter a thermal runaway condition. C. Maintenance Free Design: The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses, or replaceable batteries are not acceptable. SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. d. Balanced Suppression Platform: The surge current shall be equally distributed to all MOV components to ensure equal stressing and maximum performance. The surge suppression platform must provide equal impedance paths to each matched MOV. Designs incorporating replaceable SPD modules are not acceptable. e. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI noise rejection filter.Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. f. Internal Connections:No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. g. Power and ground connections shall be prewired within the protected equipment. h. Local Monitoring: Visible indication of proper SPD connection and operation shall be provided.The indicator lights shall indicate which phase as well as which module is fully operable. The status of each SPD module shall be monitored on the front cover of the enclosure as well as on the module. A push-to-test button shall be provided to test each phase indicator. Push-to-test button shall activate a state change of dry contacts for testing purposes. i. Surge Counter: The SPD shall indicate user how many surges have occurred at the location. The surge counter shall trigger each time a surge event with a peak current Westside WTP Plate Settler Expansion Project Surge Protection For Low-Voltage Electrical Power Circuits City of Fort Worth 2643 13-4 100%/Submittal 0512-239525 09/16/2020 magnitude of a minimum of 50 ± 20A occurs. A reset pushbutton shall also be standard, allowing the surge counter to be zeroed. The reset button shall contain a mechanism to prevent accidental resetting of the counter via a single, short-duration button press. To prevent accidental resetting,the surge counter reset button shall be depressed for a minimum of two seconds in order to clear the surge count total. The ongoing surge count shall be stored in non-volatile memory or UPS backup. j. Remote Monitoring: For remote monitoring, the SPDs shall provide the same discrete and analog signal and control functions as specified for local monitoring and the surge counter,to a terminal strip for outgoing connection to a PLC as shown on the Drawings. The functions shall be converted as specified for interface to the monitored equipment. k. The voltage surge suppression system shall incorporate thermally protected metal- oxide varistors (MOVs) as the core surge suppression component for the service entrance and all other distribution levels. The system shall not utilize silicon avalanche diodes, selenium cells, air gaps, or other components that may crowbar the system voltage leading to system upset or create any enviromnental hazards. 1. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters. in. Integrated surge protective devices (SPD) shall be Component Recognized in accordance with UL 1449 Third Edition, Section 37.3.2 and 37.4 at the standard's highest short circuit current rating(SCCR) of 200 kA, including intermediate level of fault current testing. n. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20W-1.2/50µs, 101<A-8/20µs). o. SPD shall provide suppression for all modes of protection: L-N, L-G, and N-G in WYE systems(7 Mode). 5. Construction of Type 3. a. Fully Integrated Component Design: All of the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b. Maintenance Free Design: The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses, or replaceable batteries are not acceptable. SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. C. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI noise rejection filter.Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. d. Internal Connections:No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. e. Power and ground connections shall be prewired within the protected equipment. f. Local Monitoring: Visible indication of proper SPD connection and operation shall be provided. The indicator light shall indicate that the module is fully operable. The status of each SPD module shall be monitored on the front cover of the module. Westside WTP Plate Settler Expansion Project Surge Protection For Low-Voltage Electrical Power Circuits City of Fort Worth 2643 13-5 100%/Submittal 0512-239525 09/16/2020 g. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters. h. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20W-1.2/50µs, IMA-8/20µs). B. Applications. 1. Service Entrance Rated Equipment(Type 1). a. This applies to switchgear, switchboards, panelboards, motor control centers, and other devices installed as service entrance equipment where the SPD is to be permanently connected between the secondary of the service transformer and the line side of the service equipment overcurrent device. b. Service entrance located SPDs shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category C environments. c. The SPD shall be of the same manufacturer as the equipment d. The SPD shall be factory installed inside the equipment, at the assembly point, by the original equipment manufacturer e. Locate the SPD on the load side of the main disconnect device, as close as possible to the phase conductors and the ground/neutral bars. f. The SPD shall be connected through a UL approved disconnecting means. The disconnect shall be located in inunediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible. g. The SPD shall be integral to the equipment as a factory standardized design. It. All monitoring and diagnostic features shall be visible from the front of the equipment. 2. Distribution Equipment Applications (Type 2). a. This applies to switchgear, switchboards, panelboards, motor control centers, and other non-service entrance equipment where the SPD is to be permanently connected on the load side of the equipment overcurrent device. b. The SPD shall be of the same manufacturer as the equipment. C. The SPD shall be included and mounted within the equipment by the manufacturer. d. The manufacturer shall size and provide the overcurrent and disconnecting means for the SPD. e. The SPD units shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category B environments. f. The SPD shall be located within the panelboard, unless otherwise shown on the Drawings. SPDs shall be installed immediately following the load side of the main breaker. SPDs installed in main lug only panelboards shall be installed immediately following the incoming main lugs. g. The SPD shall not limit the use of through-feed lugs, sub-feed lugs, and sub-feed breaker options. It. All monitoring and diagnostic features shall be visible from the front of the equipment. Westside WTP Plate Settler Expansion Project Surge Protection For Low-Voltage Electrical Power Circuits City of Fort Worth 2643 13-6 100%/Submittal 0512-239525 09/16/2020 3. Individual Control Panel and Related Equipment Protection(Type 3). a. Locate the SPD on the load side of the ground and neutral connections. b. The SPD shall be connected through a disconnect circuit breaker or fuse as shown on the drawings. The disconnecting means shall be located in the immediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible. C. All monitoring and diagnostic features shall be visible from the front of the equipment. 4. Mechanical Equipment Manufacturer's Provided Control Panels (MEMs) and Electrical Manufacturer's Provided Control Panels (OEMs)Applications(Type 1, Type 2, and Type 3) a. Where any such panel is installed as service entrance equipment,a Type 1 SPD shall be installed. 1) The same requirements for other service entrance equipment listed above apply to this application except for the requirement that the Type 1 SPD shall not be required to be of the same manufacturer as the panel. b. Where any such panel is installed as non-service entrance equipment,but within 50' of wire length of the incoming power line when that line is overhead. 1) The same requirements for other non-service entrance equipment listed above apply to this application except for the requirement that the Type 2 SPD shall not be required to be of the same manufacturer as the panel. 2) Where a Type 1 SPD is installed, a Type 2 SPD is not required on the same panel unless otherwise specifically shown on the drawings. C. Where any such panel includes a PLC, a Type 3 SPD shall be installed. 1) The same requirements for other individual control panel and related equipment listed above apply to this application. 2) The SPD shall be integral to the MEM or OEM panel, as a factory standardized design. C. Ratings 1. Unit Operating Voltage: Refer to drawings for operating voltage and unit configuration. 2. SPD shall be designed to withstand a maximum continuous operating voltage(MCOV) of not less than 115% of nominal RMS voltage. 3. Minimum surge current rating shall be 240 kA per phase (120 kA per mode) for service entrance and 120 kA per phase(60 kA per mode) for distribution applications. 4. UL 1449 clamping voltage must not exceed the following: Voltage Protection Rating (VPR) Voltage L_N LG N-G Westside WTP Plate Settler Expansion Project Surge Protection For Low-Voltage Electrical Power Circuits City of Fort Worth 2643 13-7 100%/Submittal 0512-239525 09/16/2020 240/120 1200/800V 800V 800V 208Y/120 800V 800V 800V 480Y.277 1200V 1200V 1200V 600Y/347 1500V 1500V 1500V 5. Pulse life test: Capable of protecting against and surviving 5000 ANSI/IEEE Category C High transients without failure or degradation of clamping voltage by more than 10%. 6. Minimum UL 1449 3rd edition withstand Nominal Discharge Current (In) rating to be 20kA per mode 2.03 ACCESSORIES A. Furnish nameplates for each device as indicated on drawings. Color schemes shall be as indicated on Drawings. PART 3 - EXECUTION 3.01 INSTALLATION A. All equipment specified herein shall be factory installed, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in the individual equipment Specification. B. Types 1 and 2 shall be grounded and bonded as a part of the individual equipment as specified in the individual equipment Section. Type 3 shall be grounded and bonded in accordance with the SPD manufacturer's instructions. END OF SECTION 26 43 13 Westside WTP Plate Settler Expansion Project Surge Protection For Low-Voltage Electrical Power Circuits City of Fort Worth 2643 13-8 100%/Submittal FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Wcstside Water Treatment Plant Plate Settler Expansion City Project No. 102052 Betsy Price David Cooke Mayor City Manager Claris Harder, P.E. f ❑ircetor, Water Department Prepared for The City of Fort Forth Water Department ff February 2021 L Volume 2 of 2 CDM- Smith 801 Cherry Street Unit 33 Suite 1820 Fort Worth, Texas 76102 TBPE Firm No. F-3043 In Association With: Gupta and Associates, Inc. TBPE Firm No. F-2593 U THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH TEXAS WESTSIDE WATER TREATMENT PLANT PLATE SETTLER EXPANSION PROJECT CITY PROJECT NO. 102052 SEPTEMBER 2020 Specification Section ..d.t..s#..3.• ..yt.�t:.a.�ea Division 01 J. DAN S!iMW �?N ttr 57897 d -- CDM Smith Inc. TBPE Firm Registration No. F-3043 i Specification Section ' 05 50 00 A`- � � C+""%, For o" q 1 - f0 CDM Smith Inc. TBPE Firm Registration No. F-3043 Page 1 of 4 CITY OF FORT WORTH TEXAS WESTSIDE WATER TREATMENT PLANT PLATE SETTLER EXPANSION PROJECT CITY PROJECT NO. 102052 SEPTEMBER 2020 Specification Sections 018819 Division 09 Division 33 40 05 06 OF 1{' 0 40 05 23 40 05 24 ...r.......................�.. 40 05 31 i SAGAR H. KHOLE i ......................... 40 05 51 lt�t1 106105 .* ; 40 05 53 40 05 57 400563 k � 400564 40 05 65.23 09,E 16M20 40 05 78.11 40 05 82 Division 43 Division 46 CDM Smith Inc. TBPE Firm Registration No. F-3043 F � y ,� sEie�iis V �+ AV* 1 ` *f,+ *r� Specification Sections iii(i#iMiRlliii 1piwY►iMrii�i.R�y� Division 26 V. K. GUPTAof, 53097 �4j"'/0 Al- �► 09/16/2020 Gupta &Associates, Inc. TBPE Firm Registration No, F-2593 Page 2 of 4 CITY OF FORT WORTH TEXAS WESTSIDE WATER TREATMENT PLANT PLATE SETTLER EXPANSION PROJECT CITY PROJECT NO. 102052 SEPTEMBER 2020 Specification Sections 40 41 13.13 406100 406121 406126 .4.a� 406196 4 40 63 43 AV 9 a 0 40 6717 q. LARRY J. RFYNOLDS of :,tam 40 68 60 ��#a#ua►a OV V. 986 i t;AW 407113 001 ' C t `s ' 40 72 13 40 73 00 09/1(i/202c 40 75 53 Gupta &Associates, Inc. TBPE Firm Registration No. F-2593 Page 3 of 4 CITY OF FORT WORTH TEXAS WESTSIDE WATER TREATMENT PLANT PLATE SETTLER EXPANSION PROJECT CITY PROJECT NO. 102052 SEPTEMBER 2020 THIS PAGE INTENTIONALLY LEFT BLANK Page 4 of 4 00 00 00- 1 TABLE OF CONTENTS Page I of 4 SECTION 00 00 00 TABLE OF CONTENTS DIVISION 00 -GENERAL CONDITIONS 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0032 15 Construction Project Schedule 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 0043 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions DIVISION 01 - GENERAL REQUIREMENTS 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 13 Schedule of Values 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 3526 Governmental Safety Requirements 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 000000-2 TABLE OF CONTENTS Page 2 of 4 01 7839 Project Record Documents 01 88 19 Tightness Testing Performance Requirements DIVISION 03—CONCRETE (NOT USED) DIVISION 05—METALS 05 50 00 Metal Fabrications DIVISION 09—FINISHES 0990 10 Shop Priming 09 91 00 Painting DIVISION 26—ELECTRICAL 26 00 00 Electrical Work 2605 19 Low-Voltage Electrical Power Conductors and Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 50 NEMA Frame Induction Motors 600 Volts and Below 2628 16 Enclosed Switches and Circuit Breakers 26 29 23 Variable Frequency Motor Controllers 2641 19 Electrical Demolition 2643 13 Surge Protection for Low-Voltage Electrical Power Circuits DIVISION 33—UTILITIES 3301 10 Disinfection of Potable Water Facilities 33 1300 Disinfecting of Water Utility Distribution DIVISION 40—PROCESS INTERCONNECTIONS 40 05 06 Couplings,Adapters, and Specials for Process Piping 40 05 07 Hangers and Supports for Process Piping 40 05 23.00 Stainless Steel Process Pipe and Tubing 40 05 24.00 Steel Process Pipe 40 05 31 Thermoplastic Process Pipe 40 05 51 Common Requirements for Process Valve 4005 53 Identification for Process Piping 40 05 57 Actuators for Process Valves and Gates 40 05 63 Ball Valves 40 05 64 Butterfly Valves 40 05 65.23 Swing Check Valves 40 05 78.11 Air Release Valves for Water Service 4005 82 Solenoid Valves for Process Service 4041 13.13 Process Piping Electrical Resistance Heat Tracing 4061 00 Process Control and Enterprise Management System General Provisions 4061 21 Process Control System Testing 4061 26 Process Control System Training CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 000000-3 TABLE OF CONTENTS Page 3 of 4 4061 96 Process Control Descriptions 40 63 43 Programmable Logic Controllers 4067 17 Industrial Enclosures 40 68 60 Configuration of HMI and Controller Software 4071 13 Magnetic Flow Meters 40 72 13 Ultrasonic Level Meters 40 73 00 Differential Pressure Instrumentation 40 75 53 Turbidity Analyzers DIVISION 43—PROCESS LIQUID HANDLING EQUIPMENT 43 23 21.14 Axially Split Case Pumps DIVISION 46—EQUIPMENT 46 43 76 Stainless Steel Inclined Plate Settlers 4661 13 Filter Media 4661 19 FRP Wash Water Troughs 4661 23 Filter Underdrain System CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 000000-4 TABLE OF CONTENTS Page 4 of 4 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0515-239525 9/16/20 SECTION 330110-DISINFECTION OF POTABLE WATER FACILITIES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Conditions of Contract, and Division 01 Specification Sections apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Disinfection of the following potable water facilities: a. Raw water piping b. Sedimentation Basins C. Filter basins d. Filtered water piping e. Backwash water piping f. Membrane Feed Pump and Piping g. Sample piping h. Any filtered water or finished water piping dewatered and taken out of service for performing work. j i. All chemical piping feeding chemical to filtered or finished water 2. Testing and reporting of results. B. Related Requirements: 1. Section 400511 —Common Requirements for Process Valves. 2. Section 400523—Stainless Steel Process Pipe and Tubing. 3. Section 400524—Steel Process Pipe. 4. Section 400531 —Thermoplastic Process Pipe. 1.3 ACTION SUBMITTALS A. Product Data: Procedures,proposed chemicals,and treatment levels. 1.4 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Provide copies of SDS and product information for proposed disinfectant. To be submitted by Contractor for review and acceptance by Owner and Engineer. B. Certify water conforms to or fails to conform to bacterial standards of Texas Commission on Environmental Quality. C. Test and Evaluation Reports: Testing results comparative to specified requirements. Westside WTP Plate Settler Expansion Project Disinfection of Potable Water Facilities City of Fort Worth 3301 10- 1 100%Submittal 0515-239525 9/16/20 D. Field Quality-Control Submittals: Results of Contractor-furnished tests and inspections. E. Disinfection and Chlorination Water Disposal Plan: To be submitted by Contractor for review and acceptance by Owner and Engineer. F. Qualifications Statements: Qualifications for laboratory. Include operator's experience to perform the disinfection Work as required by Texas Commission on Environmental Quality . 1.5 CLOSEOUT SUBMITTALS A. Disinfection Report: 1. Type and form of disinfectant used. 2. Date and time of disinfectant injection start and finish. 3. Test locations. 4. Special disinfecting procedures used for connections to existing pipes. 5. Name of person collecting samples. 6. Initial and 24-hour disinfectant residuals in treated water in ppm for each outlet tested. 7. Date and time of flushing start and completion. 8. Disinfectant residual after flushing in ppm for each outlet tested. B. Bacteriological Report: 1. Date issued,project name,and testing laboratory name,address,and telephone number. 2. Time and date of water sample collection. 3. Name of person collecting samples. 4. Test locations. 5. Initial and 24-hour disinfectant residuals in ppm for each outlet tested. 6. Coliform bacteria test results for each outlet tested. 7. Submit bacteriologist's signature and authority associated with testing. 8. Owner reserves to either self-perform or hire an outside firm to complete the bacteriological testing. 1.6 QUALITY ASSURANCE A. Perform Work according to AWWA C651, C652, and C653; continuous feed and Texas Commission on Environmental Quality. B. Maintain one copy of each standard affecting Work of this Section on Site. 1.7 QUALIFICATIONS A. Water Treatment Laboratory: Laboratory specializing in disinfecting potable water systems specified in this Section with minimum three years'experience. B. Testing Firm: Company specializing in testing potable water systems, approved by State of Texas. Westside WTP Plate Settler Expansion Project Disinfection of Potable Water Facilities City of Fort Worth 3301 10-2 100%Submittal 0515-239525 9/16/20 PART 2-PRODUCTS 2.1 GENERAL A. Any material or chemical used shall be suitable for contact with potable water. 2.2 DISINFECTION CHEMICALS A. Chemicals: Hypochlorite: Comply with AWWA B300. B. The desired of chlorine dose is 10 mg/1 and shall be injected from the lowest level point in the water pipeline. PART 3 -EXECUTION 3.1 GENERAL A. Verify that piping system has been cleaned,inspected,and pressure tested. B. Perform scheduling and disinfecting activity with startup, water pressure testing, adjusting and balancing,and demonstration procedures, including coordination with related systems C. Piping shall be cleaned and disinfected in compliance with all applicable sections of AWWA Standard C-651. All interior surfaces of pipes shall be exposed to a 50 PPM chlorine solution for a minimum of 24 hours, after which the lines can be cleaned and flushed provided a 25 PPM residual is maintained after the 24 hour period. All piping except chemical piping shall be flushed clean until the chlorine concentration in the water leaving the lines is 1-2 PPM. Chlorine solution with a higher residual may remain in the line,without flushing,if approved by the Engineer.Chemical piping must be flushed until the chlorine concentration leaving the line is 0 PPM.Contractor shall submit disinfecting procedures to be approved by the Engineer. D. Finished water storage tanks and finished water pump station wetwell disinfection shall be performed using Method 3 as specified in AWWA C652 and approved by the Engineer. The methods and procedures for testing and disinfecting shall be selected to provide the most efficient conservation of water. 3.2 PROCEDURES A. Piping: 1. During installation, the interior of all pipe, fittings and other accessories shall be kept as free as possible from dirt and foreign matter at all times. If, in the opinion of the Engineer,the pipe contains dirt or foreign matter that could not be removed during the flushing operation, the interior of the pipe will be cleaned and swabbed with a bactericidal solution. When pipe laying is not in progress, the open ends of pipe shall be sealed with watertight plugs. If water has accumulated in the trench, the seal shall remain in place until the trench-water has been removed to such an extent that it will not enter the pipe. 2. After the completion of hydrostatic pressure tests and prior to disinfection, the pipe shall be flushed,as thoroughly as possible with the water pressure and outlets available. Westside WTP Plate Settler Expansion Project Disinfection of Potable Water Facilities City of Fort Worth 3301 10-3 100%Submittal 0515-239525 9/16/20 If feasible, flushing rate should develop a velocity in the pipe of at least 2.5 fps. Since it is usually difficult to secure this minimum velocity in pipes over 16 in in diameter, the requirements of Paragraph 3.2 A.1 above shall be rigidly enforced for the larger sizes of pipe. The minimum quantity of water used for flushing shall be in excess of the storage capacity of the pipeline, to ensure that clean water has traversed the entire length of the line. 3. After flushing has been completed to the point that all apparent dirt and foreign matter have been removed from the pipe, either liquid chlorine or calcium hypochlorite solution shall be injected into the pipe and tankage as provided in AWWA Standards C-651,C-652 and C-653. and maintain disinfectant in system for 24 hours. 4. Monitor the residual chlorine at the end of pipeline and shall not be less than 1 mg/1, otherwise the flushing and disinfection process of the pipeline shall be repeated. 5. Following chlorination, all treated water shall be flushed from the pipes until the replacement water throughout its length is proved by test to be a) meet regulations of Texas Commission on Environmental Quality, or b) meet requirements of the public health authority having jurisdiction. The satisfactory quality of water delivered by the new pipeline shall continue for a period of at least two days. Samples will be taken from a tap located and installed in such a way as to prevent outside contamination. Unless otherwise directed, the sample tap shall either be a hose bib, a disconnected service tap or a 3/4 copper riser (with stop-cock), which shall be provided by the Contractor. Bacteriological analyses will be performed by Owner's laboratory. Should the initial treatment fail to achieve the satisfactory quality described above,the original chlorination procedure shall be repeated until satisfactory results are obtained. 6. The flushed water shall be treated with a dechlorination solution,in a method approved by the Engineer,and dispose to sanitary sewer in accordance with Owner's instructions after dechlorination to residuals below 1 mg/l. B. Tankage and Water Treatment Basins 1. During installation,the interior of all tankage,pipe,fittings and other accessories shall be kept as free as possible from dirt and foreign matter at all times. If, in the opinion of the Engineer, the tankage contains dirt or foreign matter that could not be removed during the flushing operation, the interior of the tankage will be cleaned and swabbed with a bactericidal solution. 2. Interior surfaces of the tankage shall be thoroughly rinsed with particular attention given to crevices and corners or any areas in which solid material may collect. The rinse water shall be drained to waste. 3. Tank disinfection shall be performed in conjunction with the leakage testing using a method specified in AWWA C652 and approved by the Engineer. The methods and procedures for testing and disinfecting shall be selected to provide the most efficient conservation of water. 4. Filter basins shall be disinfected testing using a method specified in AWWA C653 and approved by the Engineer. 5. Samples will be taken from a tap located and installed in such a way as to prevent outside contamination. Unless otherwise directed,the sample tap shall either be a hose bib, a disconnected service tap or a 3/4 copper riser (with stop-cock), which shall be provided by the Contractor. Bacteriological analyses will be performed by Owner's laboratory. Should the initial treatment fail to achieve the satisfactory quality described above, the original chlorination procedure shall be repeated until satisfactory results are obtained. Westside WTP Plate Settler Expansion Project Disinfection of Potable Water Facilities City of Fort Worth 3301 10-4 100%Submittal 05 15-239525 9/16/20 6. The flushed water shall be treated with a dechlorination solution,in a method approved by the Engineer, and dispose to either sanitary sewer or recycle basins in accordance with Owner's instructions after dechlorination to residuals below I mg/l. END OF SECTION 330110 Westside WTP Plate Settler Expansion Project Disinfection of Potable Water Facilities City of Fort Worth 3301 10-5 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Disinfection of Potable Water Facilities City of Fort Worth 3301 10-6 100%Submittal 0515-239525 9/16/20 SECTION 331300 -DISINFECTING OF WATER UTILITY DISTRIBUTION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Disinfection of potable water distribution system. 2. Testing and reporting of results. B. Related Requirements: 1. Section 400524—Steel Process Pipe. 2. Section 400531 —Thermoplastic Process Pipe. 3. Section 400523 —Stainless Steel Process Pipe and Tubing. 1.3 ACTION SUBMITTALS A. See Section 013300"Submittal Procedures"for detailed submittal. B. Product Data: Procedures,proposed chemicals, and treatment levels. 1.4 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Products meet or exceed specified requirements. B. Certify cleanliness of water distribution system meets or exceeds specified requirements. C. Certify water conforms or fails to conform to bacterial standards of authority having jurisdiction. D. Certify water conforms to quality standards of authority having jurisdiction. E. Test and Evaluation Reports: Testing results comparative to specified requirements. F. Field Quality-Control Submittals: Results of Contractor-furnished tests and inspections. G. Disinfection and Chlorination Water Disposal Plan: To be submitted by Contractor for review and acceptance by Owner and Engineer. H. Qualifications Statements: Qualifications for water treatment firm and testing firm. Include operator's license to perform the disinfection Work as required by Authorities Having Jurisdiction. Westside WTP Plate Settler Expansion Project Disinfecting of Water Utility Distribution City of Fort Worth 331300- 1 100%Submittal 0515-239525 9/16/20 1.5 CLOSEOUT SUBMITTALS A. See Section 017700 "Closeout Procedures"for submittal requirements. B. Disinfection Report: 1. Type and form of disinfectant used. 2. Date and time of disinfectant injection start and time of completion. 3. Test locations. 4. Special disinfecting procedures used for connections to existing pipes. 5. Name of person collecting samples. 6. Initial and 24-hour disinfectant residuals in treated water in ppm for each outlet tested. 7. Date and time of flushing start and completion. 8. Disinfectant residual after flushing in ppm for each outlet tested. C. Bacteriological Report: 1. Date issued,project name, and testing laboratory name, address,and telephone number. 2. Time and date of water sample collection. 3. Name of person collecting samples. 4. Test locations. 5. Initial and 24-hour disinfectant residuals in ppm for each outlet tested. 6. Coliform bacteria test results for each outlet tested. 7. Submit bacteriologist's signature and authority associated with testing. 1.6 QUALITY ASSURANCE A. Perform Work according to AWWA C651; continuous feed and Texas Cormnission on Environmental Quality. B. Maintain one copy of each standard affecting Work of this Section on Site. 1.7 QUALIFICATIONS A. Water Treatment Firm: Company specializing in disinfecting potable water systems specified in this Section with minimum three years' documented experience. B. Testing Firm: Company specializing in testing potable water systems, certified by State of Texas. PART 2 -PRODUCTS 2.1 DISINFECTION CHEMICALS A. Chemicals: Hypochlorite: Comply with AWWA B300. Westside WTP Plate Settler Expansion Project Disinfecting of Water Utility Distribution City of Fort Worth 331300-2 100%Submittal 0515-239525 9/16/20 PART 3 - EXECUTION 3.1 EXAMINATION A. See Section 017300 "Execution"for installation examination requirements. B. Verify that piping system has been cleaned, inspected, and pressure tested. C. Perform scheduling and disinfecting activity with startup,water pressure testing, adjusting and balancing, and demonstration procedures, including coordination with related systems. 3.2 INSTALLATION A. Provide and attach required equipment to perform Work of this Section. Closely coordinate efforts with Owner for maintenance of site operations and for testing services. B. Inject treatment disinfectant into piping system to produce a residual of at least 50 milligrams per liter(or ppm)throughout the water system. C. Maintain disinfectant in system for 24 hours. D. Flush, circulate, and clean until required cleanliness is achieved using potable water. At least 10 ppm of chlorine to remain in the water at the extreme end of the system. E. Replace permanent system devices that were removed for disinfection. 3.3 FIELD QUALITY CONTROL A. See Section 014000 "Quality Requirements"for inspecting and testing requirements. B. Disinfection,Flushing, and Sampling: 1. Disinfect pipeline installation. 2. Use of liquid chlorine is not permitted. 3. Upon completion of retention period required for disinfection, flush pipeline until chlorine concentration in water leaving pipeline is no higher than that generally prevailing in existing system or is acceptable for domestic use. 4. Disposal: a. Legally dispose of chlorinated water. b. When chlorinated discharge may cause damage to environment, apply neutralizing chemical to chlorinated water to neutralize chlorine residual remaining in water. 5. After final flushing and before pipeline is connected to existing system or placed in service, employ an approved independent testing laboratory to sample, test, and certify that water quality meets quality standards of Texas Commission on Environmental Quality. END OF SECTION 331300 Westside WTP Plate Settler Expansion Project Disinfecting of Water Utility Distribution City of Fort Worth 331300-3 100%Submittal THIS PAGE INTENTIONALLY LEFT BLANK 0515-239525 9/16/20 SECTION 400506 - COUPLINGS,ADAPTERS, AND SPECIALS FOR PROCESS PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Pipe penetrations 2. Restrained joints 3. Flexible connections 4. Expansion joints 5. Expansion loops 6. Sleeve-type couplings. 7. Split-ring(grooved) couplings B. Related Requirements: 1. Section 055000 - Metal Fabrications: Miscellaneous metalwork and fasteners as required by this Section 2. Section 099100 - Painting: Product and execution requirements for painting specified by this Section 3. Section 331300 -Disinfecting of Water Utility Distribution: Disinfection of potable water piping 4. Section 400507 - Hangers and Supports for Process Piping: Hangers, anchors, sleeves, and sealing of piping to adjacent structures 5. Section 400523 - Stainless Steel Process Pipe and Tubing: Stainless steel piping materials and appurtenances 6. Section 400524 - Steel Process Pipe: Steel piping materials and appurtenances 7. Section 400531 -Thermoplastic Process Pipe: Plastic piping materials and appurtenances 8. Section 400551 - Common Requirements for Process Valves: Common product requirements for valves for placement by this Section 1.3 DEFINITIONS A. Firestopping (Through-Penetration Protection System): The sealing or stuffing material or assembly placed in spaces between and penetrations through building materials to arrest movement of fire, smoke,heat,and hot gases through fire-rated construction. B. FM: Factory Mutual Insurance Company; FM Global is the communicative name of the company. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 1 100%Submittal 0515-239525 9/16/20 C. WH: Warnock Hersey; indicates compliance to relevant building codes, association criteria, and product safety and performance standards. 1.4 COORDINATION A. Section 013100 "Project Management and Coordination": Requirements for coordination. B. Coordinate Work of this Section with installation of piping, valves and equipment connections specified in other Sections and indicated on Drawings. 1.5 PREINSTALLATION MEETINGS A. Section 013100 "Project Management and Coordination": Requirements for preinstallation meeting. 1.6 SUBMITTALS A. Section 013300 - Submittal Procedures: Requirements for submittals. B. Product Data: 1. Submit manufacturer catalog information for each specified product, including installation instructions. 2. Firestopping: Submit data on product characteristics,performance, and limitation criteria. 3. Flexible Pipe Connectors: Indicate maximum temperature and pressure rating, face-to- face length, live length, hose wall thickness, hose convolutions per foot and per assembly, fundamental frequency of assembly, braid structure, and total number of wires in braid. 4. Expansion Joints: Indicate maximum temperature, pressure rating, and expansion compensation. C. Shop Drawings: 1. Identification: a. Submit list of wording, symbols, letter size, and color coding for pipe identification. b. Comply with ASME A13.1. 2. Indicate restrained joint details and materials. 3. Submit layout drawings showing piece numbers and location, indicating restrained joint locations. 4. Indicate layout of piping systems, including flexible connectors, expansion joints and compensators, loops, offsets, and swing joints. D. Firestopping Schedule: Submit schedule of opening locations and sizes, penetrating items, and required listed design numbers to seal openings for maintenance of fire-resistance rating of adjacent assembly. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-2 100%Submittal 0515-239525 9/16/20 E. Samples: 1. Pipe Restraints: Submit two samples of joint restraint parts. F. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. G. Welder Certificates: Certify welders and welding procedures employed on Work, verifying AWS or ASME qualification within previous 12 months. H. Delegated Design Submittals: Submit signed and sealed Shop Drawings with design calculations and assumptions for: 1. Flexible connectors 2. Expansion joints 3. Pipe Restraints: a. Determine restrained lengths and submit joint restraint details. b. Use joint restraint devices specifically designed for applications as described in manufacturer data. 4. Firestopping Engineering Judgments: For conditions not covered by UL- or WH-listed designs, submit judgments by licensed professional engineer suitable for presentation to authority having jurisdiction to accept as meeting fire-protection code requirements. I. Manufacturer Instructions: Submit special procedures and setting dimensions. J. Source Quality-Control Submittals: Indicate results of factory tests and inspections. K. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. L. Qualifications Statements: 1. Submit qualifications for manufacturer, installer, and licensed professional. 2. Submit manufacturer's approval of installer. 3. Welders: Qualify procedures and personnel according to ASME BPVC-IX or AWS D1.1. 4. American Iron and Steel (AIS): Submit certification indicating compliance with requirements. 1.7 CLOSEOUT SUBMITTALS A. Section 017700 "Closeout Procedures": Requirements for submittals. B. Project Record Documents: Record actual locations of piping appurtenances. C. Identify and describe unexpected variations to pipe routing or discovery of uncharted utilities. 1.8 QUALITY ASSURANCE A. Materials in Contact with Potable Water: Certified to NSF Standards 61 and 372. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-3 100%Submittal 0515-239525 9/16/20 B. Perform Work according to ASME B31.9 for installation of piping systems and according to ASME BPVC-IX or AWS D1.1 for welding materials and procedures. C. Perform Work according to ASME B31.3 for installation of piping systems. D. Through-Penetration Firestopping of Fire-Rated Assemblies: 1. Comply with UL 1479 or ASTM E814. 2. Minimum Positive Pressure Differential: 0.1-inch wg to achieve fire F-ratings and temperature T-ratings as indicated on Drawings,but not less than one hour. 3. Wall Penetrations: Fire F-ratings as indicated on Drawings,but not less than one hour. 4. Floor and Roof Penetrations: a. Fire F-ratings and Temperature T-ratings: As indicated on Drawings, but not less than one hour. b. Floor Penetrations within Wall Cavities: T-rating is not required. E. Through-Penetration Firestopping of Non-fire-rated Floor and Roof Assemblies: 1. Materials to resist free passage of flame and products of combustion. 2. Noncombustible Penetrating Items: Noncombustible materials for penetrating items connecting maximum of three stories. 3. Penetrating Items: Materials approved by authorities having jurisdiction for penetrating items connecting maximum of two stories. F. Fire-Resistive Joints in Fire-Rated Floor,Roof, and Wall Assemblies: 1. Comply with ASTM E1966 or UL 2079. 2. Rating: As indicated on Drawings for assembly in which joint is installed. G. Fire-Resistive Joints between Floor Slabs and Exterior Walls: 1. Comply with ASTM E119. 2. Minimum Positive Pressure Differential: 0.1-inch wg to achieve fire-resistance rating as indicated on Drawings for floor assembly. H. Surface-Burning Characteristics: Maximum 25/450 flame-spread/smoke-developed index when tested according to ASTM E84. I. Maintain one copy of each standard affecting Work of this Section on Site. 1.9 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five years' documented experience. B. Installer: Company specializing in performing Work of this Section with minimum five years' documented experience. C. Welders: AWS or ASME qualified within previous 12 months for employed weld types. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-4 100%Submittal 0515-239525 9/16/20 D. Licensed Professional: Professional engineer experienced in design of specified Work and licensed in State of Texas. 1.10 DELIVERY, STORAGE, AND HANDLING A. Section 016000 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C. Store materials according to manufacturer instructions. D. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Furnish temporary end caps and closures on piping and fittings and maintain in place until installation. 3. Provide additional protection according to manufacturer instructions. 1.11 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.12 WARRANTY A. Furnish five-year manufacturer's warranty. PART 2-PRODUCTS 2.1 PIPE PENETRATIONS A. Performance and Design Criteria: 1. Firestopping Materials: As specified in Section 078400-Firestopping. 2. Firestop interruptions to fire-rated assemblies,materials, and components. 3. Firestopping: Provide certificate of compliance from authority having jurisdiction, indicating approval of materials used. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-5 100%Submittal 0515-239525 9/16/20 2.2 PIPE SLEEVES A. All construction except new concrete walls: 1. Material: Schedule 40 galvanized steel conforming to ASTM A53. 2. 2-inch minimum circumference water stop welded to exterior sleeve at midpoint 3. Ends cut and ground to be: a. Flush with ground b. Flush with ceiling C. 2 inches above finished floors d. Sealed with caulking e. Sized as required. B. New concrete walls with pipes up to 20 inches in diameter: 1. Material: non-metallic High-Density Polyethylene Sleeves(HDPE) 2. Integral hollow molded water stops a. 4 inches larger than the outside diameter of the sleeve. 3. End caps for forming and reinforcing ribs. 4. Domestically manufactured by: a. Centuiy-Line as manufactured by Pipeline Seal & Insulator, Inc., Houston, TX, or equal. C. New concrete with pipes 20 to 60 inches in diameter: 1. Material: molded HDPE modular interlocking discs to make the width of the wall a. Corrugated b. Cell-Cast as manufactured by Pipeline Seal & Insulator, Inc., Houston, TX, or equal. D. External wall penetrations: 1. 36 -in diameter and less may be made by means of a ductile iron sleeve capable of being bolted directly to the formwork: 2. Seal of the annular space between the carrier pipe and the sleeve made by means of a confined rubber gasket and be capable of withstanding 350 psi.: 3. Sleeve to have an integrally cast waterstop of 1/2-in minimum thickness, 2-1/2-in minimum height. 4. Manufacturers: Omni-Sleeve, Malden, MA or equal. 2.3 WALL CASTINGS A. Ductile iron conforming to ANSI/AWWA A21.51/C151, thickness Class 53 or steel wall sleeves with NSF 61 primer coat and with 2-inch weep rings. B. Diameter as required. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-6 100%Submittal 0515-239525 9/16/20 C. Flanges and/or mechanical joint bells drilled and tapped for studs where flush with the wall. D. Castings provided with a 2-in minimum circumferential flange/waterstop integrally cast with or welded to the casting. E. Located as follows: I. for castings set flush with walls: located at the center of the overall length of the casting, 2. for castings which extend through wall: located within the middle third of the wall. 2.4 SEALING MATERIALS A. Mechanical seals: 1. Of rubber links shaped to continuously fill the annular space between the pipe and the wall opening or sleeve. 2. Link pressure plates molded of glass reinforced nylon: a. colored throughout elastomer, b. permanent identification of the size and manufacturer's name molded into the pressure plate and sealing element. 3. Hardware: a. Mild steel with a 60,000 psi minimum tensile strength unless noted otherwise b. 2-part Zinc Dichromate coating per ASTM B-633 C. Organic Coating, tested in accordance with ASTM B-117 to pass a 1,500-hour salt spray test. d. Use Type 304 Stainless Steel hardware: 1) in the filter gallery 2) membrane area. 3) exposed outdoor areas and valve vaults e. Use Type 316 Stainless Steel hardware: 1) in chemical areas 2) for submerged service 3) for penetrations in tanks containing sludge or wastewater. 4. Completed sealing system: a. Duty pressure rated for 20 psig differential pressure. b. EPDM for all services except fire rated assemblies 1) fire rated seals use silicone link material. C. Manufacturer: PSI-Thunderline/ Link-Seal as manufactured by Pipeline Seal & Insulator,Inc., Houston,TX, or pre-approved equal. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-7 100%Submittal 0515-239525 9/16/20 B. Sealant: 1. A two-part foamed silicone elastomer manufactured by: a. Dow Corning Co.,Product No. 3-6548 silicone R.T.V. b. 3M brand fire barrier products caulk C.P. 25 and 3M brand moldable putty MP+; C. Flame-Safe fire stop systems FS-900 by Rectorseal. 2. Sealant bead configuration, depth and width in accordance with manufacturer's recommendations. 2.5 MISCELLANEOUS MATERIALS A. Bonding compound: 1. Sikadur Hi-Mod epoxy by Sika Corp.; 2. Euco 452 by Euclid Chemical Corp.;Master Builders Company 3. or equal. B. Non-shrink grout: 1. Masterflow 713 by Master Builders Co.; 2. Euco NS by Euclid Chemical Co.; 3. Five Star Grout by U.S. Grout Corp. 4. or equal. 2.6 RESTRAINED JOINTS A. Where restrained joints are indicated on the Drawings,provide restraint rings welded to the pipe and tie rods in accordance with AWWA M-I1. B. Manufacturers: 1. Romac. 2. Substitutions: As specified in Section 016000—Product Requirements. C. Description: 1. Restraint Rings: Weldment is manufactured from ASTM A36 Steel with a minimum yield stress of 36,000 psi. Two of there are required, one on each side of the coupling. 2. Tie Rods: High tensile alloy steel per ASTM A193 Grade B7. 3. Finish: Hot Dipped Galvanized. 4. Coating: Paint per Section 09 91 00. 5. Minimum Design Operating Pressure: 100 psig. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-8 100%Submittal 0515-239525 9/16/20 2.7 FLEXIBLE CONNECTIONS A. Manufacturers: 1. For pressure pipe applications and applications with steel and copper piping: Flexicraft Industries, Chicago, IL; Hyspan Precision Products, Inc.; Metraflex Company, Chicago, IL;Victaulic Company,Easton,PA or equal. 2. For non-pressurized applications involving plastic, clay, asbestos cement, or cast iron applications: Fernco or equal. 3. Substitutions: Not permitted. B. Steel Piping: 1. Inner Hose: Stainless steel. 2. Exterior Sleeve: Single-braided stainless steel. 3. Pressure Rating: 125 psig WSP at 450 F deg. 4. Joints: Flanged. 5. Size: Use pipe-sized units. 6. Maximum Offset: 3/4 inch on each side of installed center line. C. Non-Pressurized Piping(Plastic, Clay,Asbestos Cement, Cast Iron utilized under 4.3 psig) 1. Flexible couplings: in accordance with ASTM D 5926,C1173 and CSA B602. 2. Couplings: rubberized PVC and be attached with the use of adjustable stainless steel clamps. 2.8 EXPANSION JOINTS A. Manufacturers: 1. Flexicraft Industries, Chicago, IL; Hyspan Precision Products, Inc.; Metraflex Company, Chicago, IL; Victaulic Company,Easton,PA or equal. 2. Substitutions: Not permitted. B. Performance and Design Criteria: 1. Bellow Design: According to Section C of EJMA Standards. 2. Rubber Spool Design C. Stainless-Steel Bellows Type: 1. Pressure Rating: 125 psig WSP at 400 degrees F. 2. Maximum Compression: 1-3/4 inches. 3. Maximum Extension: I inch. 4. Joint: Flanged. 5. Size: Use pipe-sized units. 6. Application: Steel piping 3 inches and smaller. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping Ciiy of Fort Worth 400506-9 100%Submittal 0515-239525 9/16/20 D. External Ring-Controlled Stainless-Steel Bellows Type: 1. Pressure Rating: 125 prig WSP at 400 degrees F. 2. Maximum Compression: 15/16 inch. 3. Maximum Extension: 5/16 inch. 4. Maximum Offset: 1/8 inch. 5. Joint: Flanged. 6. Size: Use pipe-sized units. 7. Accessories: Internal flow liner. 8. Application: Steel piping 3 inches and larger. E. Single,Double or Triple-Arch Rubber Spool Type: 1. Spool: EPDM. 2. Backing Rings: Galvanized Steel 3. Working Pressure: 125 psig. 4. Maximum Temperature: 95 degrees F. 5. Maximum Compression: Varies with size and number of arches, 0.6 to 6.75 inch. 6. Maximum Elongation: Varies with size and number of arches, 0.4 to 3.75 inch . 7. Maximum Offset: Varies with size and number of arches, 0.5 to 3.0 inch. 8. Maximum Angular Movement: Varies with size and number of arches, 3.0 to 65 degrees. 9. Joint: Full-faced, Drilled to 150# Standard, integral to body, with Backing Rings. 10. Size: Use pipe-sized units. 11. Accessories: Galvanized Steel Control rods. 12. Application: Piping 1 inch and larger. 2.9 EXPANSION LOOPS A. Provide expansion loops as indicated on Shop Drawings. 2.10 SLEEVE-TYPE COUPLINGS A. W11ulaCtu1'erS: L GE Oil& Gas (Dresser); Xylem(Smith-Blair), Baker or equal. 2. Substitutions: Not permitted. B. Description: 1. Comply with AWWA C213, C219. 2. Middle Ring: Steel. 3. Followers: Steel, 4. Gaskets: a. Material: EPDM. b. Comply with ASTM D2000. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 10 100%Submittal 0515-239525 9/16/20 5. Nuts and Bolts: ASTM A307 and ANSI B1.1 with hexagonal, coarse thread fit, threaded full length with ends chamfered or rounded. a. Project ends 1/4-inch beyond surface of nuts. b. Hexagonal nuts with dimensions in accordance with ANSI B 18.2 and coarse threads in accordance with ANSI B 1.1. 6. Middle ring of each mechanical coupling to have a thickness at least equal to that specified for size of pipe on which coupling is to be used and not be less than 10-inch long for pipe 30-inch and larger and not less than 7-inch long for pipe under 30-inch in diameter. a. Omit pipe stop from inner surface of middle rings of couplings whenever necessary to permit removal of valves,flowmeters and other installed equipment. b. Provide pipe stops in other couplings. 7. Where shown on the drawings, anchor sleeve-coupled joints with harness bolts. Weld harness lugs to steel pipe. a. Joint harness bolts to be of sufficient length, with harness lugs placed so that coupling can be slipped at least in one direction to clear joint. Provide harnesses of sufficient number and strength to withstand test pressure. b. Each harness to have a minimmn of two 5/8-inch dimeter C. Finishes: 1. Factory fusion bonded epoxy coated. 2.11 SPLIT-RING(GROOVED) COUPLINGS A. Manufacturers: 1. Victaulic Company. 2. Gustin-Bacon. 3. Substitutions: As specified in Section 016000—Product Requirements. B. Description: 1. Grooved joints: Comply with AWWA C606. 2. Flexible or rigid couplings: Victaulic Style W77 or Victaulic Style W07. 3. Rigid split ring couplings: a. Grooved ends —rigid groove with Style HP-70 couplings on ductile iron less than 18-inch diameter with sufficient wall thickness per AWWA C606, on standard groove with Style 77 coupling on manufactured steel or other pipe. b. Shoulder ends — Style 44 coupling on ductile iron over 16-in diameter or without sufficient wall thickness per AWWA C606 or on manufactured steel pipe or thin wall stainless steel pipe. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 11 100%Submittal 0515-239525 9/16/20 4. Flexible joint grooving to permit expansion and contraction, and angular deflection. Rigid joint grooving to all no angular or linear movement. 5. Grooved couplings for steel and stainless steel piping to be roll grooving, machine- grooving, or ring collars fully welded to the pipe or fitting. C. Materials: 1. Housing: Ductile iron,ASTM A536, Grade 65-45-12. 2. Housing Coating: Fusion bonded Epoxy Coated (Exterior and buried applications) or Standard Enamel/Epoxy Coated(Above ground applications). 3. Gasket: EPDM,NSF 61 Certified. 4. Hardware: Zinc plate finish, ASTM A449 (bolts) and ASTM A563 Grade B (nuts). 2.12 FINISHES A. Prepare piping appurtenances for field finishes as specified in Section 099100 -Painting. 2.13 SOURCE QUALITY CONTROL A. Provide shop inspection and testing of completed assemblies. B. Certificate of Compliance: 1. If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. 2. Specified shop tests are not required for Work performed by approved manufacturer. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify that field dimensions are as indicated on Shop Drawings. B. Inspect existing flanges for nonstandard bolt hole configurations or design and verify that new pipe and flanges mate properly. C. Verify that openings are ready to receive sleeves . D. Verify that pipe plain ends to receive sleeve-type couplings are smooth and round for 12 inches from pipe ends. E. Verify that pipe outside diameter conforms to sleeve manufacturer's requirements. 3.2 PREPARATION A. Cleaning: Thoroughly clean end connections before installation. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-12 100%Submittal 0515-239525 9/16/20 B. Close pipe and equipment openings with caps or plugs during installation. C. Surface Preparation: Clean surfaces to remove foreign substances. 3.3 INSTALLATION A. According to ASME B31.3. B. Coating: Finish piping appurtenances as specified in Section 099100 - Painting for service conditions. C. Pipe Penetrations: 1. Flashing: a. Provide flexible flashing and metal counterflashing where piping penetrates weatherproofed or waterproofed walls,floors, and roofs. b. Flash floor drains with topping over finished areas with lead, 10 inches clear on sides,with minimum 36-by-36-inch sheet size. C. Fasten flashing to drain clamp device. 2. Sleeves: a. Exterior Watertight Entries: Seal with mechanical sleeve seals. b. Set sleeves in position in forms and provide reinforcement around sleeves. C. Size sleeves large enough to allow for movement due to expansion and contraction and provide for continuous insulation wrapping. d. Extend sleeves through floors 1 inch above finished floor level and calls sleeves. e. Where piping penetrates floor, ceiling, or wall, close off space between pipe and adjacent Work with firestopping insulation and calls airtight. f. Provide close-fitting metal collar or escutcheon covers at both sides of penetration. g. Install chrome-plated steel escutcheons at finished surfaces. D. Firestopping: 1. Install material at fire-rated construction perimeters and openings containing penetrating sleeves,piping, and other items requiring firestopping. 2. Apply primer where recommended by manufacturer for type of firestopping material and substrate involved, and as required for compliance with required fire ratings. 3. Apply firestopping material in sufficient thickness and to uniform density and texture to achieve required fire and smoke rating. 4. Placement: a. Place foamed material in layers to ensure homogenous density, filling cavities and spaces. b. Place sealant to completely seal junctions with adjacent dissimilar materials. 5. Fire-Rated Surfaces: a. Seal opening at floor,wall, ceiling and roof. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 13 100%Submittal 0515-239525 9/16/20 b. Install sleeve through opening and extend beyond minimum of 1 inch on both sides of building element. C. Size sleeve, allowing minimum of I inch void between sleeve and building element. d. Pack void with backing material. e. Seal ends of sleeve with UL-listed, fire-resistive silicone compound to meet fire rating of structure penetrated. 6. Non-rated Surfaces: a. Install sleeve through opening and extend beyond minimum of 1 inch on both sides of building element. b. Size sleeve to allow minimum of 1 inch void between sleeve and building element. C. Install type of firestopping material recommended by manufacturer. d. Occupied Spaces: 1) Install escutcheons, floor plates or ceiling plates where conduit penetrates non-fire-rated surfaces in occupied spaces. 2) Occupied spaces include rooms with finished ceilings and rooms where penetration occurs below finished ceiling. e. Exterior Wall Openings below Grade: Assemble rubber links of mechanical sealing device to size of piping and tighten in place according to manufacturer instructions. E. Flexible Connections: Install flexible couplings at connections to equipment and where indicated on Shop Drawings. F. Expansion Joints: 1. Install flexible couplings and expansion joints at connections to equipment and where indicated on Shop Drawings. 2. If expansion joint is supplied with internal sleeve, indicate flow direction on outside of joint. G. Air Release and Vacuum Breakers: Provide vacuum breakers as indicated on Shop Drawings. H. Backflow Preventers: I. Install with nameplate and test cock accessible. 2. Install according to local code requirements. 3. Do not install in vertical position. 1. Disinfection: Disinfect potable water piping as specified in Section 331300 - Disinfecting of Water Utility Distribution. 3.4 FIELD QUALITY CONTROL A. After installation, inspect for proper supports and interferences. B. Repair damaged coatings with material equal to original coating. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 14 100%Submittal 0515-239525 9/16/20 3.5 CLEANING A. Sections 017300 "Execution" and 017700"Closeout Procedures": Requirements for cleaning. B. Keep equipment interior clean as installation progresses. END OF SECTION 400506 Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 15 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 16 100%Submittal 0515-239525 9/16/20 SECTION 400507 -HANGERS AND SUPPORTS FOR PROCESS PIPING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This specification requires Contractor to delegate pipe support design to a pipe support design engineer hired by the Contractor. Where the Drawings show support types and/or locations, they shall be analyzed for adequacy to support loads and stresses calculated by the pipe support designer, modified if required, installed generally where shown, and integrated with the pipe support system design provided by the Contractor. B. Related Requirements: 1. Section 400506—Couplings,Adapters, and Specials for Process Piping. 2. Section 400523—Stainless Steel Process Pipe and Tubing. 3. Section 400524—Steel Process Pipe. 4. Section 400531 —Thermoplastic Process Pipe. 1.3 COORDINATION A. Coordinate Work of this Section with piping and equipment connections specified in other Sections and indicated on Drawings. 1.4 PREINSTALLATION MEETINGS A. Convene minimum one week prior to commencing Work of this Section. 1.5 ACTION SUBMITTALS A. Product Data: Submit manufacturer's catalog data including load capacity for every support type size and location. Load capacity shall be included with fabricated support systems as well. B. Shop Drawings: Submit scaled piping layouts for each system. Indicate flow stream, pipe size(s) material(s), schedule(s), lining(s), critical dimensions between pipes, equipment and building features. Indicate by schedule pipe hanger/support type and locations. Provide detail of each type of hangers, supports, anchors,and guides. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 1 100%Submittal 0515-239525 9/16/20 C. Delegated Design Submittals: Support System Design 1. Engage the services of an independent registered professional engineer licensed in the State of Texas ordinarily engaged in the business of pipe support systems analysis and design, to analyze system piping and service conditions, and to develop a detailed support system design, specific to the piping material, pipe joints, valves, and piping appurtenances proposed for use. a. The proposed support system engineer shall have at least 5 years of experience in the analysis and design of similar systems, including the use of commercial and custom pipe supports and in the use of commercial pipe stress software programs. b. Engineer pre-approved support system engineering groups include the following: 1) J. Blanco Associates, Inc. Hawthorne,NJ 2) Fenny Engineering Company, Venice, FL 3) LCI Engineering, Ottawa, Ontario, Canada. 2. The support system design shall include: a. Criteria by piping system. b. Sutntnaiy of Contractor-selected related components including joints, class,valves, appurtenances, etc., and commercial supports and especially including pipe materials. C. Dead weight and dynamic analysis, including system thermal effects and pressure thrusts. Computer-based software system equivalent to Bentley Systems AutoPIPE or SST Systems CAEPIPE. 1) Present each system in an isometric graphic and show the resolved and resultant force and moment systems, as well as all recommended hangers, supports, anchors,restraints, and expansion/flexible joints. d. Submit a support system design to the Engineer for review. The submittal needs to be stamped by a professional engineer registered in State of Texas e. All aspects of the analysis and design to comply with the provisions of ANSI B31.3 and the referenced standards. f. Coordinate support arrangements to eliminate interference with similar systems to be installed under HVAC, Plumbing, and Electrical; to account for structural expansion joints and to maintain access for both personnel and for the removal of equipment. D. Manufacturers'Instructions: Submit special procedures and assembly of components. 1.6 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. B. Welders' Certificate: Submit welders' certification of compliance with ASME Section IX or AWS D1.1,verifying qualification within previous 12 months. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-2 100%Submittal 0515-239525 9/16/20 C. Qualifications Statements: 1. Submit qualifications for manufacturer, fabricator, installer, and licensed professional. 2. Submit manufacturer's approval of installer. 1.7 DEFINITIONS A. Ferrous Metal: Iron, steel, stainless steel, and alloys with iron as principal component. B. Wetted or submerged: Submerged, less than 1-foot above liquid surface, below top of channel or tank wall,under cover or slab of channel or tank, or in other damp locations. C. "Pipe" or "piping" shall mean all piping, piping system(s), hose, tube, fittings, joints, valves, and similar appurtenances. D. Supports: wherever the word "supports" or "pipe supports" are used, they shall mean pipe supports, hangers, structural connections, concrete inserts (if allowed), anchors, guides, bolts, expansion units, restraints and all restraint, hanging, supporting, allowing controlled expansion, or other means of attaching piping along with the necessary appurtenances. 1.8 DELIVERY, STORAGE AND HANDLING A. All supports and hangers shall be crated, delivered and uncrated so as to protect against any damage. B. All parts shall be properly protected so that no damage or deterioration shall occur during a prolonged delay from the time of shipment until installation is completed. C. Finished metal surfaces not galvanized, that are not of stainless steel construction, or that are not coated, shall be grease coated,to prevent rust and corrosion. 1.9 QUALITY ASSURANCE A. Perform Work according to applicable authority AWS D1.1 for welding hanger and support attachments to building structure. B. Maintain one copy of each standard affecting the Work of this Section on-Site. 1.10 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years' documented experience. B. Fabricator: Company specializing in fabricating products specified in this Section with minimum three years' documented experience. C. Installer: Company specializing in performing Work of this Section with minimum three years' documented experience and approved by manufacturer. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-3 100%Submittal 0515-239525 9/16/20 D. Licensed Professional: Professional engineer experienced in design of specified Work and licensed in State of Texas. I'll DELIVERY, STORAGE, AND HANDLING A. Section 016000 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Inspection: Accept materials on-Site in original factory packaging, labeled with manufacturer's identification. C. Protect products from weather and construction traffic, dirt, water, chemical, and damage by storing in original packaging. 1.12 EXISTING CONDITIONS A. Field Measurements: Verify field measurements prior to fabrication. Indicate field measurements on Shop Drawings. 1.13 WARRANTY A. Furnish five-year manufacturer's warranty for pipe hangers and supports. PART 2 -PRODUCTS 2.1 GENERAL A. Support pipe and appurtenances connected to equipment to prevent any strain being imposed on the equipment. Comply with manufacturer's requirements regarding piping loads being or not being transmitted to their equipment. Submit certification stating that such requirements have been met. B. Support and secure all pipe and tubing in the intended position and align vent to prevent significant stresses in the pipe or tubing material, valves, fittings, and other pipe appurtenances. Design all supports to adequately secure the pipe against excessive dislocation due to thermal expansion and contraction, internal flow forces, and all probable external forces such as equipment,pipe, and personnel contact. C. Pipe routing and support styles shall be per Drawings. Contractor may propose minor adjustments to the piping arrangements in order to simplify the supports, or in order to resolve minor conflicts in the work. Such an adjustment might involve minor change to a pipe centerline elevation so that a single trapeze support may be used. Such changes may be proposed and made only upon approval of the Owner and Engineer. D. Where flexible sleeve, split ring, vibration, or other couplings are required at equipment, tanks, etc., the end opposite to the piece of equipment, tank, etc., shall be rigidly supported to prevent Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-4 100%Submittal 0515-239525 9/16/20 transfer of force systems to the equipment. Do not install fixed or restraining supports between a flexible coupling and the piece of equipment. E. Pipe supports: 1. Shall not induce point loadings but shall distribute pipe loads evenly along the pipe circumference. 2. Provide supports at changes in direction and elsewhere as shown in the Drawings or as specified herein. 3. No piping shall be supported from other piping or from metal stairs, ladders, and walkways,unless specifically directed or authorized by the Engineer. 4. Provide pipe supports to minimize lateral forces through valves, both sides of flexible split ring type couplings and sleeve type couplings, and to minimize all pipe forces on pump housings. Pump housings shall not be utilized to support connecting pipes. 5. Effects of thermal expansion and contraction of the pipe to be accounted for in the pipe support selection and installation. F. Insofar as is possible, floor supports shall be given preference. Where specifically indicated, concrete supports, as shown on the Drawings, may be used. Base elbow and base tees shall be supported on concrete pedestals. G. Restraints, flexible connections, expansion items, and related items as included in other specifications and shown on the Drawings. 2.2 PERFORMANCE REQUIREMENTS/DESIGN CRITERIA A. All supports and appurtenances shall be standard products from approved manufacturers wherever possible, and shall be adequate to maintain the supported load in proper position under all operating conditions. Any reference to a specific figure number of a specific manufacturer is for the purpose of establishing a type and quality of product and shall not be considered as proprietary. Note that different materials required, as specified in Part 2 MATERIALS,may require different figures or model numbers than those shown. 1. The minimum working factor of safety for all items, with the exception of springs, shall be five times the ultimate tensile strength of the material, assuming 10 feet of water-filled pipe being supported and normal test pressures. 2. Design for all loads using a safety factor of 5. B. Piping schedule is included in the contract drawings. C. All items shall be designed with strength and stiffness to support, restrain, and allow expansion of the respective pipes under the maximum combination of peals loading conditions to include pipe weight, liquid weight, liquid movement and pressure forces, thermal expansion and contraction,vibrations, and all probable externally applied forces. D. Support spacing shall be per ASME B31.3 minimum. E. Complete design details of the pipe system components shall be submitted for review and approval as specified in Part 1. No support shall be installed without approved support system Drawings. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-5 100%Submittal 0515-239525 9/16/20 F. The pipe support system shall not impose loads on the supporting structures in excess of the loads for which the supporting structure is designed. G. Seismic Design and restraint requirements, in accordance with the Structural Design criteria. 2.3 MATERIALS A. For support of metallic pipe: 1. Submerged, buried, or within outdoor structures (vaults, etc.): Type 316 stainless steel (SS). 2. Within chemical areas: Vinyl ester fiberglass reinforced plastic (FRP) for pipe size up to 2 inch, epoxy coated steel for 2-1/2 inches size and larger. 3. Other locations: steel with galvanizing where noted, or if not otherwise noted, coating as required in Division 09 Finished Painting. 4. Additional requirements (including dielectric insulation): see following paragraphs. B. For support of non-metallic pipe: 1. Submerged, buried, or within vaults: Type 316 stainless steel or FRP. 2. Within chemical areas: vinyl ester FRP. 3. Other locations: steel with galvanizing where noted, or if not otherwise noted, coating as required in Division 09 Finished Painting; all with local stress protection shields. 4. Additional requirements (including stress protection shields): see following paragraphs C. Wherever stainless steel is noted, it shall be Type 316 unless noted otherwise. 2.4 SUPPORT AND RESTRAINT SYSTEMS A. Steel or Ductile Iron Piping 1. Cast iron and ductile iron, steel, and stainless steel piping shall be supported at a maximum support spacing of 10 feet with a minimum of one support per pipe section at the joints. 2. Support spacing for ductile iron, steel, and stainless steel piping 2-in and smaller diameter shall not exceed 5 feet. B. Copper Piping 1. Supports for copper pipe shall be copper plated or shall have a 1/16 inch plastic coating. 2. Support spacing for copper piping and tubing 2 inch and smaller diameter shall not exceed 5 feet and greater than 2 inch diameter shall not exceed 8 feet. 3. Where pipe supports come in contact with copper piping, provide protection from galvanic corrosion by: wrapping pipe with 1/16 inch thick neoprene sheet material and galvanized protection shield; isolators similar to Cooper B-Line B3195CT; or copper- plated or PVC-coated hangers and supports. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-6 100%Submittal 0515-239525 9/16/20 C. Non-Metallic Piping 1. All uninsulated non-metallic piping such as PVC, CPVC, HDPE, PVDF, etc., shall be protected from local stress concentrations at each support point. Protection shall be provided by non-metallic protection shields or other method as approved by the Engineer. a. Where pipes are bottom supported 180 degrees, arc shields shall be furnished. Where 360-degree arc support is required, such as U-bolts, protection shields shall be provided for the entire pipe circumference. All U-bolts or clamps for non- metallic pipes shall be plastic coated. b. Protection shields shall have an 18-gauge minimum thickness, not be less than 12 inches in length, and be securely fastened to pipe with Type 316 stainless steel straps not less than 1/2 inch wide. 2. Individually supported PVC pipes shall be supported as recommended by the pipe manufacturer except that support-spacing shall be manufacturers recommendation minus 2-ft. down to 5 ft spacing recommendation, then spacing shall be 3 feet. 3. Supports for horizontal multiple PVC plastic piping: a. Shall be continuous wherever possible. b. Multiple, suspended, horizontal plastic PVC pipe runs, where possible, shall be supported by ladder type cable trays such as: Husky Ladder Flange Out by MPHuslcy; or equal. C. Rung spacing shall be 12 inches. Tray width shall be approximately 6 inch for single runs and 12 inches for double runs. d. Ladder type cable trays shall be furnished complete with all hanger rods, rod ts, hanger clips, etc., required for a complete support couplings, concrete inset system. Individual plastic pipes shall be secured to the rungs of the cable tray by strap clamps or fasteners similar to: Globe, Series 600; Unistrut Pipe/Conduit Clamps and Hangers; or equal. e. Spacing between clamps shall not exceed 9 feet. The cable trays shall provide continuous support along the length of the pipe. Individual clamps, hangers, and supports in contact with plastic PVC pipe shall provide firm support but not so firm as to prevent longitudinal movement due to thermal expansion and contraction. D. Framing Support System 1. See Part 2 MATERIALS for materials of construction. 2. Beams: Size such that beam stress does not exceed 25000 psi and maximum deflection does not exceed 1/240 of span. 3. Column Members: Size in accordance with manufacturer's recommended method. 4. Support Loads: Calculate using weight of pipes filled with water. 5. Maximum Spans: a. Steel and ductile iron pipe, 3 inch diameter and larger: 10 feet centers, unless otherwise shown. b. Other pipelines and special situations: Same as noted in previous paragraphs. Supplementary hangers and supports may be required. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-7 100%Submittal 0515-239525 9/16/20 E. All vertical pipes shall be supported at each floor or at intervals of not more than 12 feet by approved pipe collars, clamps, brackets, or wall rests and at all points necessary to ensure rigid construction. All vertical pipes passing through pipe sleeves shall be secured using a pipe collar. 2.5 ANCHOR BOLTS/SYSTEMS A. Anchoring Devices: Design, size, and space support anchoring devices, including anchor bolts, inserts, and other devices used to anchor support, to withstand shear, and pullout loads imposed by loading and spacing on each particular support. DO NOTE USE ADHESIVE ANCHOR BOLTS ON ANY PIPE SUPPORT HUNG FROM A ROOF OR CEILING, unless specifically noted otherwise. B. All post-installed anchors in concrete shall have current published ICC-ES Evaluation Report indicating the anchor is approved for installation in cracked concrete. C. The latest edition of the following specification and recommended practices shall become part of this specification as if written herein. Wherever requirements conflict, the more stringent shall govern. 1. ACI 318,Appendix D. 2. ACI 355.2, Mechanical Anchors "Qualification of Post-Installed Mechanical Anchors in Concrete" 3. Anchor manufacturer's published installation requirements. D. Expansion anchors: 1. The length of expansion bolts shall be sufficient to place the wedge portion of the bolt a minimum of 1 inch behind the steel reinforcement. 2. Manufacturers: a. Power-Stud+SD4 and Power-Stud+SD6 by Powers Fasteners, Brewster,NY, b. Kwik Bolt as manufactured by Hilti USA, Tulsa, Oklahoma; or C. Wej-it by Wej-it Expansion Products, Inc.,Broomfield, Colorado. E. Unless otherwise noted: use Type 304 stainless steel anchoring parts/bolts and hardware for non-submerged supports, Type 316 stainless steel for submerged anchors. F. Size of anchor bolts as designed by manufacturer, 1/2 inch minimum diameter, or as shown on the Drawings. G. Anchors to concrete in chemical areas shall be epoxy secured vinyl ester FRP all thread, insertion depth and size as required by the manufacturer for the design loads. Nuts, bolts and hardware shall all be vinyl ester FRP construction. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-8 100%Submittal 0515-239525 9/16/20 2.6 HANGER RODS A. Where use of steel is allowed, hanger rods shall be hot-rolled steel, machine-threaded, and, except for stainless steel, galvanized after fabrication. The strength of the rod shall be based on its root diameter. 1. Hanger rods shall be attached to concrete structures using single or continuous concrete inserts by the named support manufacturers above. Where use of steel is allowed, inserts shall be malleable iron or steel with galvanized finish. 2. Beam-clamps, C-clamps, or welded-beam attachments shall be used for attaching hanger rods to structural steel members. B. Minimum rod size for metallic rod hangers: (* For pipe diameters less than 14 inch, if using pipe roller,use 2 hanger rods with minimum diameter noted below for pipe's diameter). Nominal Pipe/Tube Diameter Minimum Hanger Rod Diameter 1 Less than 2-1/2 inch 1/4 inch* 2 3 to 8 inches 1/2 inch 3 10 to 14 inches 3/4 inch* 4 16 to 20 inches 2 at 1 inch 5 24 inches 2 at 1-1/4 inch 6 30 inches 2 at 1-1/2 inch 2.7 SINGLE PIPE HANGERS A. Unless otherwise indicated,pipe hangers and supports shall be standard catalogued components, conforming to the requirements of MSS-41, 58, or 69 and shall be of the following type: 1. Anvil International 2. Equal models by: Carpenter & Patterson, Inc., Woburn, MA; Cooper B-Line; Gulf State Manufacturing; or Unistrut Northeast, Cambridge,Massachusetts. B. Single pipes shall be supported by hangers suspended by hanger rods from structural steel members,concrete ceilings,bottom of trapeze hangers, and wall-mounted steel angle brackets. C. Where pipes are near walls, beams, columns, etc., and located an excessive distance from ceilings or underside of beams, welded steel wall brackets similar to Carpenter and Patterson, Figure Nos. 68, 79, 84, or 139 shall be used for hanging pipe. Where single pipes rest on top of bracket pipe supports, attachments shall meet requirements as specified under multiple pipe hangers. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-9 100%Submittal 0515-239525 9/16/20 2.8 MULTIPLE PIPE HANGERS A. Suspended multiple pipes,running parallel in the same horizontal plane that are adjacent to each other, shall be suspended by trapeze type hangers or wall brackets. Where use of steel is allowed, trapeze hangers shall consist of galvanized structural steel channel supported from galvanized threaded rod or attached to concrete walls, columns, or structural steel support members. See previous paragraphs about multiple PVC pipe supports. B. Except as otherwise specified herein, pipe anchors used for attaching pipe to trapeze or multiple pipe wall brackets shall be anchor or pipe chairs similar to: 1. Anvil Fig. 175 2. Cooper B-Line B3147A or B3147B. 3. Where use of steel is allowed, material of construction shall be galvanized steel. Chair U bolts shall be tightened to allow freedom of movement for normal expansion and contraction except where pipe must be anchored to control direction of movement or act as a thrust anchor. 2.9 SINGLE PIPE SUPPORTS FROM BELOW A. Single pipes located in a horizontal plane close to the floor shall be Pedestal type: Schedule 40 pipe stanchion, saddle, and anchoring flange. 1. Nonadjustable Saddle: MSS SP 58, Type 37 with U-Bolt a. Anvil,Figure 259. b. Cooper B-Line,Figure B3090. 2. Adjustable Saddle: MSS SP 58, Type 38 without clamp a. Anvil, Figure 264. b. Cooper B-Line,Figure B3093. B. Pipes less than 3 inch in diameter 1. Hold in position by supports fabricated from steel C channel, welded post base similar to Unistrut, Figure P2072A, where use of steel is allowed; and pipe clamps similar to Unistrut,Figures P 1109 through 26. 2. Where required to assure adequate support, fabricate supports using two vertical members and post bases connected by horizontal member of sufficient load capacity to support pipe. 3. Fasten supports to nearby walls or other structural member to provide horizontal rigidity. 4. More than one pipe may be supported from a common fabricated support. C. Pipes 3 inch in diameter and larger 1. Support by adjustable stanchions. 2. Provide at least 4 inch adjustment 3. Flange mount to floor. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 10 100%Submittal 0515-239525 9/16/20 D. Use yoked saddles for piping whose centerline elevation is 18 inch or greater above the floor and for all exterior installations. E. Pipe roller type supports shall be used where required to accommodate thermal movement in conjunction with axial supports. 2.10 WALL SUPPORTED SINGLE AND MULTIPLE PIPES A. Single or multiple pipes located adjacent to walls, columns, or other stiuctural members shall be supported using welded steel wall brackets, where use of steel is allowed, as manufactured by Carpenter and Patterson,Figure No. 69, 84, or 139. B. Where noted, multiple pipes may be supported on C-channel with steel brackets similar to Unistrut pipe clamps;with pipe anchor chairs; or equal. C. Individual pipes, up to 8-in diameter, where noted, may use MSS Type 8 pipe clamps as noted on the Drawings. D. Securely fasten all members to wall, column, etc., using double-expansion shields or other method as approved by the Engineer. Provide additional wall bearing plates as required. 2.11 BASE ANCHOR SUPPORT A. Bend Support: Where pipes change direction from horizontal to vertical via a bend, install a welded or cast base bend support to carry the load. Fasten to the floor, pipe stanchion, or concrete pedestal using expansion anchors or other method as approved by the Engineer. B. Concrete Supports: Where indicated, securely fasten pipe bends to concrete supports with suitable metal bands as required and approved by the Engineer. Isolate piping from poured concrete with a neoprene insert. 2.12 VERTICAL PIPE SUPPORTS A. Where vertical pipes are not supported by a Unistrut type system as specified, they shall be supported in one of the following methods. 1. For pipes 1/4 to 2 inch in diameter, a. Provide extension hanger ring with an extension rod and hanger flange. b. The rod diameter shall be as recommended by the manufacturer for the type of pipe to be supported. C. Where use of steel is allowed, the hanger ring shall be steel- or PVC-clad depending on the supported pipe material of construction. The hanger ring shall be equal to Carpenter&Patterson,Figure Nos. 81. d. Where use of steel is allowed, the anchor flange shall be galvanized malleable iron similar to Carpenter and Patterson,Figure No. 85. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 1 1 100%Submittal 0515-239525 9/16/20 2. For pipes equal to or greater than 2 inch in diameter, a. extended pipe clamps similar to Carpenter & Patterson, Figure No. 267 may be used. b. Attach hanger to concrete structures using double expansion shields, C. Attach hanger to metal support members using welding lugs similar to Carpenter &Patterson,Figure No. 114. B. Pipe supports shall be provided for closely spaced vertical piping systems required to provide a rigid installation. The interval of vertical support spacing shall be as specified, but in no case shall vertical interval exceed 12 feet. The support system shall consist of a framework suitably anchored to floors, ceilings, or roofs. C. Unless otherwise specified, shown, or specifically approved by the Engineer, vertical runs exceeding 12 feet shall be supported by base elbows/tees, clamps, brackets, wall rests, and pipe collars, all located as required to ensure a rigid installation. D. Pipe riser clamps, per MSS SP58, shall be used to support all vertical pipes extending through floor slabs. Where use of steel is allowed, riser clamps shall be galvanized steel manufactured by: 1. Carpenter&Patterson, Figure No. 128. 2. Anvil,Figure 261. 3. Cooper B-Line,Figure B3373. 4. Or equal. E. Copper-clad or PVC-coated clamps shall be used on copper pipes. Insulation shall be removed from insulated pipes prior to installing riser clamps. Insulation shall not be damaged by clamp installation. 2.13 SPECIAL SUPPORTS A. Framework supports 1. Vertical and horizontal supporting members shall be U-shaped channels similar to Unistrut, Series P1000. Vertical piping shall be secured to the horizontal members by pipe clamps or pipe straps. See pipe clamp and strap requirements. 2. For piping 3 inch and smaller, framework shall be as manufactured by: a. the Unistrut Corporation; b. Power-Strut(or Ackinstrut where fiberglass systems are specified); C. Multi-Strut by Carpenter-Paterson d. or equal. 3. For piping larger than 3 inch, the support frame shall be fabricated from structural stainless steel or steel shapes, depending upon the support location, and secured through the use of drop in, adhesive or expansion anchors. 4. The assemblies shall be furnished complete with all nuts, bolts, and fittings required for a complete assembly including end caps for all Unistrut members. 5. Electrical Conduit Support: Under Division 26. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 12 100%Submittal 0515-239525 9/16/20 6. The design of each individual framing system shall be the responsibility of the Contractor. Submit shop drawings, and show all details of the installation, including dimensions and types of supports. In all instances the completed frame shall be adequately braced to provide a complete rigid structure when all the piping has been attached. B. Supports not otherwise described in this Section shall be fabricated or constructed from standard structural stainless steel or steel shapes in accordance what is shown on the drawings or Unistrut-type frame; have anchor hardware similar to items previously specified herein; shall meet the minimum requirements listed below; and be subject to the approval of the Engineer. C. Additional Pipe Support Situations 1. Supporting Multiple Chemical and Related Piping: a. Location: indicated on Drawings or otherwise required, especially adjacent to chemical pumps. b. Use: framework support. C. Materials: FRP,with proper local stress protection. 2.14 SHOP FACTORY FINISHING A. Prepare and prime metallic(except stainless steel) supports in accordance with Division 09. 2.15 ACCESSORIES A. Insulation Shield: Install on insulated non-steel piping. Oversize the rollers and supports, as required. Manufacturers: 1. Anvil,Figure 167; 2. Cooper B-Line, Series B3151. B. Welding Insulation Saddle: Install on insulated metal pipe. Oversize the rollers and supports, as required. Manufacturers: 1. Anvil,Figure 160; 2. Cooper B-Line, Series B3160 C. Vibration Isolation Pad: Install under base flange of pedestal type pipe supports adjacent to equipment, and where required to isolate vibration. 1. Isolation pads to be neoprene,waffle type. 2. Manufacturers: D. Mason Industries,Type W; 1. Korfund. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 13 100%Submittal 0515-239525 9/16/20 E. Dielectric Barrier 1. Install between carbon steel members and copper or stainless steel pipe. 2. Install between stainless steel supports and non-stainless steel ferrous metal piping. 3. All stainless steel piping shall be isolated from all ferrous materials, including galvanized steel by use of neoprene sheet material and protection shields. F. Electrical Isolation: Install 1/4 by 3 inch neoprene rubber wrap between submerged metal pipe and oversized clamps. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify field dimensions as indicated on Shop Drawings. 3.2 INSTALLATION A. Obtain permission from Engineer before using powder-actuated anchors. B. Obtain permission from Engineer before drilling or cutting structural members. C. Inserts: 1. Install inserts for placement in concrete forms. Before setting inserts, all drawings and figures shall be checked that have a direct bearing on the pipe location. Responsibility for the proper location of pipe supports is included under this Section. 2. Install inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams. 3. Provide hooked rod to concrete reinforcement section for inserts carrying pipe 4 in and larger. 4. Where concrete slabs form finished ceiling, locate inserts flush with slab surface. 5. Where inserts are omitted, drill through concrete slab from below and provide through- bolt with recessed square steel plate and nut above or recessed into and grouted flush with slab. D. Pipe Hangers and Supports: 1. Install according to: ASME B31.3. 2. Support horizontal piping as indicated on Drawings, depending upon pipe size. 3. Install hangers with minimum 1/2 in space between finished covering and adjacent Work. 4. Place hangers within 12 in of each horizontal elbow. 5. Use hangers with 1-1/2 in minimum vertical adjustment. 6. Support horizontal cast iron pipe adjacent to each hub, with 5 ft maximum spacing between hangers. 7. Support vertical piping at every floor. Support vertical cast iron pipe at each floor at hub. 8. Where piping is installed in parallel and at same elevation, provide multiple pipe or trapeze hangers. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 14 100%Submittal 0515-239525 9/16/20 9. Support riser piping independently of connected horizontal piping. 10. Provide copper-plated hangers and supports for copper piping. 11. Design hangers for pipe movement without disengagement of supported pipe. 12. Support piping independently so that equipment is not stressed by piping weight or expansion in piping system. 13. Support large or heavy valves, fittings, and appurtenances independently of connected piping. 14. Provide welded steel brackets where piping is to be run adjacent to building walls or columns. 15. Use beam clamps where piping is to be suspended from building steel. 16. Insulated Piping: Provide two bolted clamps designed to accommodate insulated piping. 17. Use offset clamps where pipes are indicated as offset from wall surfaces. 18. Proceed with installation of piping and supports only after any building structural work has been completed and new concrete has reached its 28-day compressive strength. 19. The installation of pipe support systems shall not interfere with the operation of any overhead bridge cranes,monorails, access hatches, etc.No piping shall be supported from stairs, other pipes, ladders, and walkways unless authorized by the Engineer. 20. Repair mounting surfaces to original condition after attachments are made. 21. Brace horizontal pipe movements by both longitudinal and lateral sway bracing. 22. Where supports are required in areas to receive chemical resistant seamless flooring, install supports prior to application of flooring system. E. Equipment Bases and Supports: 1. Provide housekeeping pads of concrete, minimum 3-1/2 in thick and extending 6 in beyond supported equipment. Using ternplates furnished with equipment, install anchor bolts and accessories for mounting and anchoring equipment. 2. Construct supports of steel pipe and fittings. Brace and fasten with flanges bolted to structure. 3. Provide rigid anchors for pipes after vibration isolation components are installed. Comply with Section 400513 -Common Work Results for Process Piping. F. Prime Coat: 1. Prime coat exposed steel hangers and supports. 2. Conform to Section 099000-Painting. 3. Hangers and supports located in crawl spaces, pipe shafts, and suspended ceiling spaces are not considered exposed. 3.3 FIELD QUALITY CONTROL A. All pipe support systems shall be tested after installation in conjunction with the respective piping pressure tests. If any part of the pipe support system proves to be defective or inadequate, it shall be repaired, augmented or replaced to the satisfaction of the Engineer. B. After the work is installed, but before it is filled for start-up and testing, the Support System Design Engineer shall inspect the work and shall certify its complete adequacy. Each system shall be inspected and certified in the same way. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 15 100%Submittal 0515-239525 9/16/20 C. Submit a report, including all field modifications and including all certificates. 1. Insert state where project is located 2. The report shall bear the stamp of a professional engineer registered in State of Texas and shall be subject to the review of the Engineer. END OF SECTION 400507 Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 16 100%Submittal 0515-239525 9/16/20 SECTION 400523 - STAINLESS STEEL PROCESS PIPE AND TUBING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Stainless-steel pipe and fittings. 2. Stainless-steel tube and fittings. 3. Accessories. B. Related Requirements: I. Section 400506 - Couplings, Adaptors, and Specials for Process Piping: Pipe penetrations, restrained joints, flexible connections, expansion joints and loops, and sleeve-type couplings. 2. Section 400507 - Hangers and Supports for Process Piping: Hangers, anchors, sleeves, and sealing of piping to adjacent structures. 3. Section 400551 - Common Requirements for Process Valves: Conunon product requirements for valves for placement by this Section. 1.3 COORDINATION A. Section 013100 -Project Management and Coordination: Requirements for coordination. B. Coordinate Work of this Section with piping and equipment connections as specified in other Sections and as indicated on Drawings. 1.4 PREINSTALLATION MEETINGS A. Section 013100 - Project Management and Coordination: Requirements for preinstallation meeting. B. Convene minimum one week prior to commencing Work of this Section. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523- 1 100%Submittal 0515-239525 9/16/20 1.5 ACTION SUBMITTALS A. Section 013300 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit manufacturer information on pipe materials, tube materials, and fittings. C. Shop Drawings: Indicate piping layouts and schedules, with dimensions, fittings, expansion joints, locations of valves and appurtenances, joint details, wall penetration details, methods, types and locations hanger and support, and pertinent technical specifications for all piping to be furnished. Include all data and information required for the complete piping systems. Base all dimensions on the existing equipment. Indicate types and locations of pipe hangers and/or supports on the layouts for each pipe submittal. The Contractor is responsible for accurate dimensioning of piping systems. D. Proposed cleaning method, including pre-cleaning, post-weld cleaning, chemicals to be used, or mechanical descaling method and final cleaning/passivation/pickling. Include the method and schedule for drying the pipe so that it is ready for service as part of the proposed cleaning method. Include the name and qualifications of the firm that will be doing the cleaning. Include the name and qualifications of the independent firm that will be doing the inspection of cleaned pipe. E. Delegated Design Submittals: Submit signed and sealed Shop Drawings with piping layout, with design calculations and assumptions for pipe sizing methods. 1.6 INFORMATIONAL SUBMITTALS A. Source Quality-Control Submittals: Indicate results of factory tests and inspections. B. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. C. Qualifications Statements: 1. Submit qualifications for manufacturer, installer, and licensed professional. 2. Submit manufacturer's approval of installer. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. E. Welder Certificates: Submit welders' certification of compliance with ANSI B31.3, Paragraph 127.5, verifying qualification within previous 12 months, ASME Boiler and Pressure Vessel Code Section IX certifications and American Welding Society(position 6D) certifications. 1.7 CLOSEOUT SUBMITTALS A. Section 017300 -Execution: Requirements for submittals. B. Project Record Documents: Record actual locations of valves, fittings, and appurtenances. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-2 100%Submittal 0515-239525 9/16/20 1.8 QUALITY ASSURANCE A. Permanently mark each length of pipe with manufacturer's name or trademark, and compliance with standards. B. Materials in Contact with Potable Water: Certified according to NSF 61 and NSF 372. C. Furnish all stainless steel pipe and fittings by a single manufacturer, who has a minimum of 5 years continuous and current experience in the manufacture of the items to be furnished. Design,fabricate, construct and install the pipe and fittings in accordance with the best practices and methods and shall comply with this Section. 1.9 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 5 years' documented experience. B. Welders: ASME Boiler and Pressure Vessel Code Section IX and American Welding Society (position 6D qualified within previous 12 months for employed weld types. C. Licensed Professional: Professional engineer experienced in design of specified Work and licensed in State of Texas. 1.10 DELIVERY, STORAGE, AND HANDLING A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. Document and notify Engineer if product is damaged. B. Store materials according to manufacturer instructions. C. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Protect piping and appurtenances by storing off ground. 3. Provide additional protection according to manufacturer instructions. 1.11 AMBIENT CONDITIONS A. Minimum Conditions: Do not store or handle uninstalled lined pipes or fittings at temperatures below zero degrees F. 1.12 EXISTING CONDITIONS A. Field Measurements: Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-3 100%Submittal 0515-239525 9/16/20 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.13 WARRANTY A. Warranty: Manufacturer and Installer agree to repair or replace piping and/or tubing that fail(s) in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. PART 2-PRODUCTS 2.1 SYSTEM DESCRIPTION A. Piping shall be installed in those locations indicated and as required for the complete piping system. B. Provide stainless steel piping for the following systems and conditions: 1. System: Filter Backwash Scour Air a. Fluid: Air b. Pressure: Atmospheric to 15 psig, 25 psi test C. Temperature: Up to 300 deg F 2. System: Instrument/Compressed Air a. Fluid: Air b. Pressure: Atmospheric to 100 psig, 150 psi test C. Temperature: Up to 150 deg F 2.2 STAINLESS-STEEL PIPE AND FITTINGS A. Piping: 1. Type: a. Material: ASTM A778, Type 316 Stainless steel. b. Carbon content of Type 316L material to be 0.03 percent maximum. C. Finish: 2D 2. Schedule: a. 8-inches and smaller: 40S b. 10-inches and larger: lOS 3. Pipe to be die-formed or rolled true to dimension and round. Stainless steel pipe joints to be pickled and passivated. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-4 100%Submittal 0515-239525 9/16/20 4. Dimensions: Comply with ASTM A530, tolerances for length, inside and outside diameter and straightness. 5. Two edges of sheet to be brought to line so as not to leave a shoulder on the inside of the pipe. B. Joints: 1. Type: a. Piping less than 2 inches: socket weld or flanged at equipment as required or shown. b. Piping 2 inches and larger: cut or rolled groove, butt welded or flanged at valves and equipment as required or shown. C. Fittings: 1. Type: a. Piping 1 '/2 Inches and Smaller: grooved, Threaded b. Piping 2 to 2-1/2 Inches: grooved or rolled,Butt welded. C. Piping 3 Inches and Larger: Butt welded. d. Compression fittings 2. Dimensions: Comply with ASTM A312/A312M. 3. Threaded Fittings: a. Comply with ASME B 16.11 and ASTM A 182. b. Grade: Type 316. C. Threads: Comply with ASME B 1.20.1. 4. Butt-Welding Fittings: a. Comply with ASTM A403 (less than 3 inches) and ASTM A774 (3 inches or larger). b. Grade: Type 316L. C. Class: CR; comply with ASME B 16.9 and MSS SP 43. 5. Rolled or cut groove for split ring couplings a. Minimum schedule 20 for cut groove 6. Flanged Fittings: a. Type: Welding neck or Slip on. b. Class: 150. C. Comply with ASTM A182. d. Grade: Type 316L. e. Facing and Drilling: Comply with ASME B16.5. f. Backing Flanges: 1) Material: Stainless steel. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-5 100%Submittal 0515-239525 9/16/20 2) Class: 150. 3) Comply with ASTM A351. 4) Grade: Type 316L. 5) Type: Van stone. 6) Drilling: Comply with ASME B 16.1. g. Bolting: 1) Bolts: Comply with ASTM A320, Grade B8M; hex head. 2) Nuts and Washers: Type 316 Stainless steel. 3) Antisieze compound for stainless steel bolts and nuts to be of molybdenum disulfide base such as Molycoat-G or equal. 7. Flanged Connections: As required to connect stainless-steel piping to fittings and equipment and as indicated on Drawings. D. Gaskets for flanged connections to be a minimum of 1/16-inch thick, full face and to be EPDM rubber, Hypalon, Teflon, BUNA-N, SBR, NBR or Viton and to be selected by the manufacturer based upon the fluid,pressure and temperature specified in Paragraph 2.1 B. E. Ends of pipe and fittings to be perpendicular to the longitudinal axis. F. Longitudinal seams on pipe and fittings to be welded by either tungsten gas or the metallic gas method. G. The interior welds to be smooth, even and not to have an internal bead higher than 1/16-inch. H. All pieces to be marked with gauge and type of stainless steel. I. All stainless steel pipe and fittings to be pickled at the point of manufacture, scrubbed and washed until all discoloration is removed in accordance with ASTM A380. J. Pipe ends to be prepared for couplings or other type ends where required by transport and handling limitations, where required by the support layout requirements and where noted on the drawings. K. Grooving (or built-up ends for Schedule 10s pipe) to be of the coupling manufacturers standard type. 2.3 STAINLESS-STEEL TUBE AND FITTINGS A. Tube: 1. Type: Seamless. 2. Comply with ASTM A269. 3. Grade: Type 316L. 4. Finish: 2B Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-6 100%Submittal 0515-239525 9/16/20 B. Joints: 1. Type: Socket weld, Threaded, Flanged cut or rolled groove C. Fittings: 1. Threaded: a. Comply with ASTM A 182 and ASME B 16.11. b. Grade: Type 316L. C. Threads: Comply with ASME B 1.20.1. d. Materials: ASTM A262,Practice A 2, Butt-Welding Fittings: a. Comply with ASTM A403. b. Grade: Type 316L. C. Class: CR. 3. Socket-Welding Fittings: a. Comply with ASTM A403. b. Grade: Type 316L. C. Class: WP-S. 4. Flanged Fittings: a. Type: Welding neck or Slip on. b. Class: 150. C. Comply with ASTM A182. d. Grade: Type 316L. e. Facing and Drilling: Comply with ASME B16.5,with. f. Backing Flanges: 1) Material: Stainless steel. 2) Class: 150. 3) Comply with ASTM A351. 4) Grade: Type 316L. 5) Type: Van stone. 6) Drilling: Comply with ASME B 16.1. g. Bolting: 1) Bolts: Comply with ASTM A320, Grade B5; hex head. 2) Nuts: ASTM A194, Grade;hex head. 5. Crimp Fittings: a. Material: Cold-drawn stainless steel. b. Grade: Type 316L. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-7 100%Submittal 0515-239525 9/16/20 6. Compression Fittings: a. Material: Stainless steel. b. Comply with ASTM A479. C. Grade: Type 316. d. Pressure Rating: As indicated in piping schedule. 7. Grooved Fittings D. Assemblies to consist of tubing, fittings, and components of one manufacturer. 2.4 ACCESSORIES A. Pipe-Thread Tape: 1. Material: PTFE. 2. Comply with ASTM D3308. B. O-Ring Seals: Rubber and suitable for the material conveyed. C. Flange Gaskets: 1. Comply with ASME B 16.5. 2. Nonmetallic Gaskets: a. Material: Viton GF. b. Comply with ASME B 16.21. 3. Type: a. Raised-Face Flanges: Flat ring. b. Flat-Face Flanges: Full face. D. All instrument shut-off valves and associated fittings to be supplied in accordance with piping specifications and all instrument installation details. Fittings to be compression type by Swagelok Type 316 stainless steel and valves be Whitey Type 316 stainless steel. E. All process connections to instruments to be annealed stainless steel tubing, Type 316. 2.5 SOURCE QUALITY CONTROL A. Provide shop inspection and testing of completed assembly. B. Certificate of Compliance: 1. If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-8 100%Submittal 0515-239525 9/16/20 2. Specified shop tests are not required for Work performed by approved manufacturer. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify that field dimensions are as indicated on Shop Drawings. B. Inspect existing flanges for nonstandard bolt hole configurations or design and verify that new pipe and flange mate properly. 3.2 PREPARATION A. Ream pipe and tube ends and remove burrs. B. Bevel plain-end pipe. C. Thoroughly clean pipe and fittings before installation. D. Flush all pipe with water or other approved fluid to remove all dirt, and foreign material. Remove all debris from the pipe, flushing the lowest segment outlet last to assure debris removal. 3.3 INSTALLATION A. Comply with ASME B31.3. B. Run piping straight along alignment as indicated on Shop Drawings, with minimum number of joints. C. Fittings: 1. Clean gasket seats thoroughly, and wipe gaskets clean prior to installation. 2. Install according to manufacturer instructions. 3. Bolting: a. Tighten bolts progressively, drawing up bolts on opposite sides until bolts are uniformly tight. b. Use torque wrench to tighten bolts to manufacturer instructions. D. Provide required upstream and downstream clearances from devices as indicated on Drawings. E. Install piping with sufficient slopes for venting or drainage of liquids and condensate to low points. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-9 100%Submittal 0515-239525 9/16/20 F. Support exposed piping as specified in Section 400507 - Hangers and Supports for Process Piping. G. Provide expansion joints as specified in Section 400506 - Couplings, Adaptors, and Specials for Process Piping, and pipe guides as specified in Section 400507 - Hangers and Supports for Process Piping,to compensate for pipe expansion due to temperature differences. H. Dielectric Fittings: Provide between dissimilar metals. I. Field Cuts: According to pipe manufacturer instructions. J. Field welding is not permitted. 3.4 TOLERANCES A. Piping Laying Tolerance: 5/8 inch. 3.5 FIELD QUALITY CONTROL A. Inspection: 1. Inspect for damage to piping or tubing that may be detrimental as determined by the Engineer. 2. Repair damaged piping, or provide new, undamaged pipe. 3. After installation, inspect for required supports and anchoring, interferences, and damage to pipe, tube, or fittings. B. Pressure Testing: As indicated on piping schedule. C. Repair pipe or fittings with mortar cracks wider than 1/16 inch. 3.6 CLEANING A. Conduct final cleaning of piping furnished and installed under this Section after successful pressure testing has been performed. B. After installation, the interior of pipelines shall be cleaned with steam or hot water to remove any foreign material picked up during transporting or installation. C. The exterior of pipelines shall be cleaned with Oakite deoxidizer or similar deoxidizer as recommended by the pipe manufacturer to remove all foreign matter, construction and painting stains and shop markings. D. Provide submittal on proposed cleaning regime. END OF SECTION 400523 Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523- 10 100%Submittal 0515-239525 9/16/20 SECTION 400524 - STEEL PROCESS PIPE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Steel pipe. 2. Cement-mortar-lined steel pipe. 3. Internally coated steel pipe. 4. Fittings. 5. Accessories. B. Related Requirements: 1. Section 099100 "Painting and Coating" for finishes as specified by this Section. 2. Section 331300 "Disinfecting of Water Utility Distribution" for disinfection requirements for potable-water systems. 3. Section 400506 "Couplings, Adapters, and Specials for Process Piping" for pipe penetrations, restrained joints, flexible connections, expansion joints and loops, and sleeve-type couplings. 4. Section 400507 "Hangers and Supports for Process Piping" for hangers, anchors, sleeves, and sealing of piping to adjacent structures. 5. Section 400551 "Common Requirements for Process Valves" for common product requirements for valves for placement by this Section. 1.3 COORDINATION A. Coordinate Work of this Section with piping and equipment connections specified in other Sections and indicated on Drawings. 1.4 ACTION SUBMITTALS A. Product Data: Submit manufacturer information regarding pipe and fittings. B. Shop Drawings: Indicate layout of piping systems, including equipment, critical dimensions, sizes, and material lists, locations of all expansion joints, supports, anchors, harnessing, valves, etc. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524- 1 100%Submittal 0515-239525 9/16/20 C. Complete schedule of all components included in the pipeline drawings, indicating the materials and schedule number of thickness of all pipe,the materials and class of all fittings and valves. D. Details of pipe coating,wrapping, lining, and painting. 1.5 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. B. Welder Certificates: Submit welders' certification of compliance with ASME BPVC Section IX or AWS D1.1/D1.1M, verifying qualification within previous 12 months. C. Source Quality-Control Submittals: Indicate results of factory tests and inspections and provide required certifications including certified materials test reports indicating physical and mechanical properties and heat treatment for all piping components. D. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. E. Qualifications Statements: 1. Submit qualifications for manufacturer, installer, and licensed professional. 2. Submit manufacturer's approval of installer. 1.6 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of piping, valves and other appurtenances, connections, and centerline elevations. B. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.7 QUALITY ASSURANCE A. Permanently mark each length of pipe with manufacturer's name or trademark and indicate conformance to standards. B. Materials in Contact with Potable Water: Certified according to NSF 61 and NSF 372. C. All steel pipe and fittings to be furnished by manufacturers who are fully experienced,reputable and qualified in the manufacture of the items to be furnished. The equipment to be designed, constructed and installed in accordance with the best practices and methods and to comply with these Specifications as applicable. The steel pipe manufacturer to be certified by SPFA or ISO 9001 for steel pipe manufacturing or fabricating. D. Steel pipe and fittings to conform to all applicable standards of ASTM,ANSI and AWWA. E. Maintain one copy of each standard affecting Work of this Section on Site. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-2 100%Submittal 0515-239525 9/16/20 F. Roll or permanently inscribe the manufacturer's name or trademark,the year of manufacture and the ASTM or API specification number on the pipe surface at the manufacturer's plant. Alternately, stencil the manufacturer's name or trademark, year of manufacture and ASTM or API specification number on the pipe surface. Pipe 1-1/2 inches and less in nominal diameter shall be bundled and tagged. G. Utilize only certified welders, having current certificates conforming to the requirements of the ASME code to perform all welding on steel pipes. Welders to be qualified under the requirements of Section IX Welding Qualifications, of the ASME Boiler and Pressure Vessel Code. H. The Engineer reserves the right to perform shop inspections of the manufacture of the pipe. Provide at least 30 days' notice to the Engineer prior to the beginning of any work so that inspection may be arranged. Furnish all facilities required for the inspection of materials and workmanship in the shop. 1. Inspection may include, welding inspection, review of certified material test reports, traceability check, and witness of assembly and fit-up. Prior to manufacture, the pipe fabricator shall supply the following information on suppliers of plate, piping, and other components: Items furnished, company name and address, contact name, telephone and fax number. The Engineer reserves the right to visit any or all of the suppliers and conduct inspections at their facilities. 2. The inspector has the authority to reject any material or work that does not meet the requirements of the Contract Documents. 3. Inspection at the shop is intended as a means of facilitating the work and avoiding errors. Shop inspection does not relieve the Contractor from the responsibility for furnishing proper materials or workmanship. 4. The costs of all welding supervision and inspections and tests will be borne by the Contractor. The Contractor will engage inspectors to inspect welded connections and to perform tests and prepare test reports. Perform non-destructive testing as required by the specification under which the pipe is manufactured. 5. Correct or reweld and retest deficient welds at the Contractor's expense and to the satisfaction of the Engineer and/or an acceptable independent testing lab. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five years' documented experience. B. Installer: Company specializing in performing Work of this Section with minimum five years' documented experience. C. Welders: AWS or ASME qualified within previous 12 months for employed weld types. D. Licensed Professional: Professional engineer experienced in design of specified Work and licensed at Project location in State of Texas. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-3 100%Submittal 0515-239525 9/16/20 1.9 DELIVERY, STORAGE, AND HANDLING A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. B. Store materials according to manufacturer instructions. C. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Protect piping and appurtenances by storing off ground. 3. Provide additional protection according to manufacturer instructions. 1.10 AMBIENT CONDITIONS A. Section 015000 "Temporary Facilities and Controls" for requirements for ambient condition control facilities for product storage and installation. B. Minimum Conditions: Do not store or handle uninstalled lined pipes or fittings at temperatures below zero degrees F. 1.11 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.12 WARRANTY A. Warranty: Manufacturer and Installer agree to repair or replace piping that fail(s) in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 STEEL PIPE AND FITTINGS A. General Service Piping(up through 3-inch diameter): 1. Comply with ASTM A53; Grade B. 2. Type: Seamless, electro-resistance welded or furnace-welded. 3. Schedule: 40. 4. Finish: Hot-dip galvanized. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-4 100%Submittal 0515-239525 9/16/20 B. Water Piping: 1. Comply with AWWA C200 (compliance required for all piping 6-inch diameter and larger). 2. Water Temperature: 95 deg F maximum, 32.5 deg F minimum. 3. Type: Fabricated pipe. 4. Minimum Schedule or Wall Thickness: a. Pipe Diameter 12 Inches and Smaller: Schedule 40, nominal O.D. of pipe b. Pipe Diameter 14-24 inches (Nominal Size): Equal to the actual clear diameter from mortar lining surface to mortar lining surface. C. Pipe diameter 30 Inch and larger (Nominal Size): Equal to the actual clear diameter from mortar lining surface to mortar lining surface. d. Steel pipe wall thickness: Meet performance and pressure ratings specified herein in accordance with the provisions of AWWA Manual M-11. Minimum wall thickness shall be 0.375 inch. e. Pipe shall have double wall thickness at slab and wall penetrations. 5. Minimum yield strength of 42,000 psi, fusion welded in accordance with the Code for Pressure Piping,ASME B31.1, to develop full plate strength. 6. Dimensions for steel pipe in accordance with ANSI/ASME 1336.10M. Pipe fabricated with straight-seam welds or spiral-seam welds. Straight seam pipe will have not more than two longitudinal butt-welded scams. Girth seams butt welded and not be closer than 6 feet apart except in specials and fittings. Spiral lap welded steel pipe is not allowed. 7. Provide pipe in lengths of approximately 20 feet. 8. Fabricated Fittings and Special Sections: a. Comply with AWWA C208. b. Applies to fittings 24 inches and larger C. Fittings reinforced in accordance with AWWA Manual M-11; crotch plates will not be allowed — in such cases where crotch plates are necessary fittings shall be designed in accordance with ASME Boiler Pressure Vessel code. d. Minimum radii of centerlines of bends: 1.5 times nominal pipe diameter unless otherwise Shown on the Drawings. a. Fabricate fittings 24 inches and larger in accordance with the Code for Pressure Piping,ASME B31.1 and as specified herein. b. The minimum radii of the centerlines of bends: 1.5 times the nominal pipe diameter unless shown otherwise on the Drawings. C. Provide not less than the following number of bend segments in the included angle between the point of tangency of the bend and connecting straight pipe: Bend Number of Full Segments Number of Part Segments 75—90 deg. 4 2 60—74 deg. 3 2 45—59 deg. 2 2 30—44 deg. 1 2 0—29 deg. 0 2 Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-5 100%Submittal 0515-239525 9/16/20 1) Full segments: consist of sections with ends cut to form included angles of 15 degrees; 2) Part segments: consist of sections up to 7-1/2 degrees. A 90 degree bend requires four 15 degree segments, two 7-1/2 degree segments at the ends of the fitting and one additional 15 degree segment. A 45-degree bend requires two 15 degree segments and two 7-1/2 degree segments. 9. Flanges: a. Flanged joints for steel pipe: 1) Slip-on welding type with hubs meeting the requirements of ASME B 16.5, or 2) Butt welded welding neck flanges meeting the requirements of ASME B16.5. b. Flanged joints for steel water pipe conform to AWWA C207. C. Slip-on flanges welded to the steel pipe at the hub and at the pipe end in conformance with the Code for Pressure Piping,ASME B31.1. d. Flanges flat faced for connections to cast iron valves, fittings, and equipment. Raised face flanges to be provided to connections to adjacent steel pipe and fittings. e. Blind flanges -in accordance with ASME B 16.5 flat faced. f. Companion flanges - where flanged connections are indicated or otherwise required on pipe 2-in or less for connection to flanged valves, fittings and appurtenances. g. Steel companion flanges use threaded steel nipples, 150 lb ANSI Standard flat face flanges of the threaded type. Flanges to be spot faced on the back around each bolt hole. h. Hot-dip galvanize all flanges for galvanized pipe. i. Use steel 150 pound welding flanges for assembly with Class 125 cast iron flanged fittings, valves, and equipment. Use steel 300 pound flanges for assembly with Class 250 cast iron flanged fittings, valves, and equipment. Use AWWA Class B steel hub flanges for assembly with 25 pound cast icon flanged fittings. j. Flanged joints to be made with bolts or bolt studs with a nut on each end. Use Stud bolts for all bolting sizes 1-3/4 inches and larger. k. Bolts, stud bolts, and nuts to meet the requirements of ASTM A193 Grade B7, zinc-coated. 1. Bolts and stud bolts conform to the dimensional requirements of ASME B 18.2.1 with rolled threads conforming to ASME B1.1, Coarse Series, Class 2 fit. Bolts and stud bolts and nuts to be of American Standard heavy unfinished hexagonal type. Bolts will be provided with a 1/4-inch projection beyond the nut when the joint with gasket is assembled. in. Bolt length to provide a 1/4-inch projection beyond the nut when joint with gasket is assembled. 10. Flange gaskets: a. Ring type gaskets for pipe larger than 12 inches diameter, and full-face gaskets for pipe sizes 12 inches diameter and smaller. Gasket dimensions conform to the Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-6 100%Submittal 0515-239525 9/16/20 requirements of ASME B 16.21,unless specified otherwise. Gaskets to be as thin as the finish and accuracy of the flange surface will permit. 1) For general water service, rubber/elastomer gaskets will be EPDM NSF61 certified material, 1/8-inch-thick, rated for the fluid temperature of upto 120 F, 200 prig pressure, and meet the requirements of AWWA C207 2) Gasket material will be specifically recommended for the service by the gasket manufacturer and as approved by the Engineer. 11. Field Welding Materials: Comply with AWWA C206. C. Joints: 1. Description: Butt welded, Flanged or Mechanical coupling; harnessed for high-pressure service. 2. Joints for steel pipe two inches diameter and less will be screwed joints with clean cut threads conforming to the American Standard for Pipe Threads, as specified below. Screwed joints to be made up with good quality thread compound, suitable for the intended service, applied to the make thread only. 3. Joints for steel piping larger than two-inch diameter will be butt, socket or slip-on welded flanges. D. Fittings: 1. Type: a. Piping 2 Inches and Smaller: Threaded. b. Piping 2-1/2 Inches and Larger: Welded or flanged. 2. Dimensions: Comply with ASME 1336.10M. 3. Flanged Connections: As required to connect steel piping to fittings and equipment. 4. Threaded Fittings: a. Class: 150. b. Malleable Iron: 1) Comply with ASTM A47 and ASME B16.3. 2) Type: Black; banded. Comply with FS WWP-521, Type 1 for use with black steel pipe and Type 2 for use with galvanized steel pipe. C. Forged Steel: 1) Comply with ASTM A105,ASTM A858 and ASME B16.11. 2) Threads: Comply with ASME B 1.20,1. 5. Rigid Steel Couplings: Comply with ASTM A865. 6. Butt-Welding Fittings: a. Comply with ASME B16.9. b. Class: 150. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-7 100%Submittal 0515-239525 9/16/20 C. Where welding fittings are approved for assembly in cement lined pipelines, fittings to be provided with a plain end, grooved end or shouldered end section welded on each end of the fitting and assembled with sleeve-type, groove type, or shoulder-end couplings as required. Long tangent welding fittings may be substituted for welded-on spool piece fittings provided they can accommodate the flexible pipe couplings. 7. Socket-Welding Fittings (applies to pipe 3-inch diameter and smaller): a. Comply with ASTM A105, Grade 2 and ASME B16.11. b. Class: 150. C. Fittings rated at 2000 pounds minimum. d. Socket welding fittings welded in conformance with the applicable provisions of the Code for Pressure Piping,ASME B31.1. 8. Flanged Fittings: a. Cast Iron: Comply with ASME B 16.1. b. Class: 150. C. Steel flanged fittings to utilize forged steel slip-on flanges. Fittings will be Class 125 and Class 250 fittings conforming to the requirements of ASME B16.5, 150 pound or 300 pound, respectively as specified, except flanges that are flat faced. Provide Class 125 fittings conforming to AWWA C207, Class B. d. Cast steel flanged fittings to be assembled with forged steel flanges of the same pressure rating, conforming to ASME B 16.5. C. Facing and Drilling: 1) Comply with ASME B 16.5. 2) Type: Flat face. f. Backing Flanges: 1) Material: Cast steel. 2) Comply with ASTM A216. 3) Class: 150. 4) Type: Van stone. 5) Drilling: Comply with ASME B 16.1. g. Fasteners: 1) Bolts: Comply with ASTM A193; Grade B7,hex head. 2) Nuts: Comply with ASTM A194; Grade 2H; hex head. 3) Cast-Iron Mating Flange on Valves or Equipment: a) Bolts: Comply with ASTM A193, Grade 137; hex head. b) Nuts: Comply with ASTM A194; Grade 137; hex head. 4) Washers: Constructed of same material as bolts. 9. Mechanical Couplings: Comply with AWWA C606. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-8 100%Submittal 0515-239525 9/16/20 10. Unions: a. Piping 2 Inches and Smaller: Threaded. b. Piping 2-1/2 Inches and Larger: Threaded or flanged. E. Flange insulating kits between all dissimilar metals, above-grade/sub-grade transitions and where otherwise noted. 1. Flange insulating kits to be installed within 6 months of the date of manufacture of all components. 2. Do not store insulating flange gaskets, sleeves, or washers under direct sunlight or at temperatures exceeding 110 degrees F. 3. Insulating gaskets to be full-face, Type E with an EPDM O-ring seal. Minimum total gasket thickness of 1/8 inch. The gasket is to have the same outside diameter as the pipe flange. The gasket inside diameter is to be equal to the inside diameter of the pipe's steel cylinder. The complete assembly to have a pressure rating equal to or greater than that of the joint and pipeline. The gasket material to be resistant to intended chemical exposure, operating temperatures and pressures in the pipeline. Insulating sleeves to be one-piece, full-length, Mylar or NEMA G10 fiberglass reinforced epoxy with a minimum thickness of 1/8 inch. 4. Insulating washers to be NEMA G10 fiberglass reinforced epoxy. 2.2 BURIED STEEL PIPE EXTERIOR LINING A. Fusion-bonded epoxy coating. B. Comply with AWWA C213. 2.3 CEMENT-MORTAR-LINED STEEL PIPE AND FITTINGS A. Comply with AWWA C205. B. Shop-apply lining after fabrication and before installation. Apply seal coat. C. Cement: Type 11 or Type IIN modified and per ASTM C150. D. Aggregate: 1. Material: Silica sand. 2. Comply with ASTM C33. E. Water: Clean with no organic matter or strong alkalis. F. Liner Thickness: Comply with AWWA C205. G. In the shop, clean and uniformly line interior surfaces of all steel pipe, fittings, and specials with cement mortar applied centrifugally per AWWA C205. 1. Minimum under tolerance: 1/16 inch. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-9 100%Submittal 0515-239525 9/16/20 2. Maximum over tolerance: 1/8 inch. 3. Wire mesh reinforcement: Used in united mortal lining of fittings and specials. H. Internal linings and coatings for potable water lines and appurtenances must meet NSF/ANSI 61. I. Non-Shrink Grout Employed in the Interior Joints: Masterflow 713 grout by Master Builders or equal. 2.4 POLYURETHANE COATING SYSTEM FOR BURIED PIPING A. Per AWWA C222 standard requirements and tests,unless specified otherwise below. B. Shop applied, fast setting, less than 1 percent solvent, by volume, 100 percent solids, non- extended, polyurethane, or polyurethane/polyurea pipeline coating suitable for application to steel water pipe conveying potable water. C. Minimum Dry Film Thickness: 3.5 mil (MDFT). D. Coating System: Standard products of a recognized coating manufacturer regularly engaged in production of this type of product for a minimum of 5 years. Specific coating type must have a 3-year product history in similar type applications. E. Acceptable suppliers: 1. Chemline Incorporated. 2. Futura Coatings, Inc. 3. Carboline. 4. Approved equal. F. Surface Preparation and Coating Application Procedures: Per AWWA C222 and include a clean and abrasive blast of the pipe surface to a white metal blast condition per SSPC-SP-5. 1. Minimum Anchor Pattern Depth: 3 mils 2. Maximum Anchor Pattern Depth: 5 mils. G. Final Colors: Selected by Owner from a submitted range of available color samples or chips. H. Factory-Applied Coating: Minimum adhesion of 15,000 psi. I. Polyurethane Application: Temperature and Humidity controlled and contamination free per AWWA C222, applicable ASTM standards, and as recommended by the coating manufacturer. 1. Apply coating in enclosed buildings sheltered from snow, rain, wind, or adverse weather conditions. J. Manufacturer's Recommended Repair Kits: For field and factory touch-up repairs. Approved for potable water contact. 1. Repair kit material: Different color than original material to aid inspection and testing. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524- 10 100%Submittal FoRTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Westside Water Treatment Plant Plate Settler Expansion City Project No. 102052 Betsy Prig David woke Mayor City Manager Chris Harder, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department February 2021 Volume 2 of 2 CDM Smith 801 Cherry Street, Unit 33, Suite 1820 Fort Worth, Texas 76102 TBPE Firm No. F-3043 In Association With: I J Gupta and Associates, Inc. TBPE Firm No. F-2593 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH TEXAS WESTSIDE WATER TREATMENT PLANT PLATE SETTLER EXPANSION PROJECT CITY PROJECT NO. 102052 SEPTEMBER 2020 A w� 3r#rr� I Specification Section .................r+..#. Division 01 DAIS S50 H►�#�II� N tei. .Y.ri.rr#.rr••s.##.irisa. it YQ� ` "A CDM Smith Inc. TBPE Firm Registration No. F-3043 J Specification Section 05 50 00 ML C+L Fo�r'f• o" q ®1 -2-02-0 CDM Smith Inc. TBPE Firm Registration No. F-3043 Page 1 of 4 CITY OF FORT WORTH TEXAS WESTSIDE WATER TREATMENT PLANT PLATE SETTLER EXPANSION PROJECT CITY PROJECT NO. 102052 SEPTEMBER 2020 Specification Sections 018819 Division 09 Division 33 40 05 06 r+'��'�•��'OF 0 40 05 23 40 05 24 't;....................... 40 05 31 1 SAGAR H: KNOLL 40 os 51 t ............................ 1 106105 -Q� 40 05 53 40 05 57 fly .+QCEN ....... 40 05 63 400564 40 05 65.23 09,'1612020 40 05 78.11 40 05 82 Division 43 Division 46 CDM Smith Inc. TBPE Firm Registration No. F-3043 ,) FMr ``•mow ■�f 5,� o �; 4 */� Specification Sections �r.�+i'.��rs�■rr� .� � r�►r ■r► Division 26 V. K. GUPTA53097 / ��yra•■a•■■w�w�■ssn��■*�■r� �,Vh`0hNAl- 09/1612020 Gupta &Associates, Inc. TBPE Firm Registration No. F-2593 Page 2 of 4 CITY OF FORT WORTH TEXAS WESTSIDE WATER TREATMENT PLANT PLATE SETTLER EXPANSION PROJECT CITY PROJECT NO. 102052 SEPTEMBER 2020 Specification Sections 40 41 13.13 406100 0 ��4 406121 406126 406196 `t# 40 63 43 ed�#a9aa}#re agt. aae!aa 406717 l A�RRY J. RFYN0WS oo ��.�mq�aasaa,na#.ao,�.�e4w�eaa/ 40 68 60 98651 40 71 13 #l *'m 40 72 13 �4os'/ 40 73 00 09/16/2020 40 75 53 Gupta &Associates, Inc. TBPE Firm Registration No. F-2593 Page 3 of 4 CITY OF FORT WORTH TEXAS WESTSIDE WATER TREATMENT PLANT PLATE SETTLER EXPANSION PROJECT CITY PROJECT NO. 102052 SEPTEMBER 2020 THIS PAGE INTENTIONALLY LEFT BLANK Page 4 of 4 00 00 00- 1 TABLE OF CONTENTS Page I of 4 SECTION 00 00 00 TABLE OF CONTENTS DIVISION 00-GENERAL CONDITIONS 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0032 15 Construction Project Schedule 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 0043 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions DIVISION 01 -GENERAL REQUIREMENTS 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 13 Schedule of Values 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 013300 Submittals 01 35 13 Special Project Procedures 01 3526 Governmental Safety Requirements 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 000000-2 TABLE OF CONTENTS Page 2 of 4 01 7839 Project Record Documents 01 88 19 Tightness Testing Performance Requirements DIVISION 03—CONCRETE (NOT USED) DIVISION 05—METALS 05 50 00 Metal Fabrications DIVISION 09—FINISHES 09 90 10 Shop Priming 09 91 00 Painting DIVISION 26—ELECTRICAL 26 00 00 Electrical Work 2605 19 Low-Voltage Electrical Power Conductors and Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 50 NEMA Frame Induction Motors 600 Volts and Below 2628 16 Enclosed Switches and Circuit Breakers 26 29 23 Variable Frequency Motor Controllers 2641 19 Electrical Demolition 2643 13 Surge Protection for Low-Voltage Electrical Power Circuits DIVISION 33—UTILITIES 3301 10 Disinfection of Potable Water Facilities 33 1300 Disinfecting of Water Utility Distribution DIVISION 40—PROCESS INTERCONNECTIONS 40 05 06 Couplings,Adapters, and Specials for Process Piping 40 05 07 Hangers and Supports for Process Piping 40 05 23.00 Stainless Steel Process Pipe and Tubing 40 05 24.00 Steel Process Pipe 40 05 31 Thermoplastic Process Pipe 40 05 51 Common Requirements for Process Valve 40 05 53 Identification for Process Piping 40 05 57 Actuators for Process Valves and Gates 40 05 63 Ball Valves 40 05 64 Butterfly Valves 40 05 65.23 Swing Check Valves 40 05 78.11 Air Release Valves for Water Service 40 05 82 Solenoid Valves for Process Service 4041 13.13 Process Piping Electrical Resistance Heat Tracing 4061 00 Process Control and Enterprise Management System General Provisions 4061 21 Process Control System Testing 4061 26 Process Control System Training CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 000000-3 TABLE OF CONTENTS Page 3 of 4 4061 96 Process Control Descriptions 40 63 43 Programmable Logic Controllers 4067 17 Industrial Enclosures 40 68 60 Configuration of HMI and Controller Software 4071 13 Magnetic Flow Meters 40 72 13 Ultrasonic Level Meters 40 73 00 Differential Pressure Instrumentation 40 75 53 Turbidity Analyzers DIVISION 43—PROCESS LIQUID HANDLING EQUIPMENT 43 23 21.14 Axially Split Case Pumps DIVISION 46—EQUIPMENT 46 43 76 Stainless Steel Inclined Plate Settlers 4661 13 Filter Media 4661 19 FRP Wash Water Troughs 46 61 23 Filter Underdrain System CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 000000-4 TABLE OF CONTENTS Page 4 of 4 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 September 16,2020 0515-239525 9/16/20 SECTION 330110-DISINFECTION OF POTABLE WATER FACILITIES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Conditions of Contract, and Division 01 Specification Sections apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Disinfection of the following potable water facilities: a. Raw water piping b. Sedimentation Basins C. Filter basins d. Filtered water piping e. Backwash water piping f. Membrane Feed Pump and Piping g. Sample piping h. Any filtered water or finished water piping dewatered and taken out of service for performing work. i. All chemical piping feeding chemical to filtered or finished water 2. Testing and reporting of results. B. Related Requirements: 1. Section 400511 —Common Requirements for Process Valves. 2. Section 400523—Stainless Steel Process Pipe and Tubing. 3. Section 400524—Steel Process Pipe. 4. Section 400531 —Thermoplastic Process Pipe. 1.3 ACTION SUBMITTALS A. Product Data: Procedures,proposed chemicals,and treatment levels. 1.4 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Provide copies of SDS and product information for proposed disinfectant. To be submitted by Contractor for review and acceptance by Owner and Engineer. B. Certify water conforms to or fails to conform to bacterial standards of Texas Commission on Environmental Quality. C. Test and Evaluation Reports: Testing results comparative to specified requirements. Westside WTP Plate Settler Expansion Project Disinfection of Potable Water Facilities City of Fort Worth 3301 10- 1 100%Submittal 0515-239525 9/16/20 D. Field Quality-Control Submittals: Results of Contractor-furnished tests and inspections. E. Disinfection and Chlorination Water Disposal Plan:To be submitted by Contractor for review and acceptance by Owner and Engineer. F. Qualifications Statements: Qualifications for laboratory. Include operator's experience to perform the disinfection Work as required by Texas Commission on Environmental Quality . 1.5 CLOSEOUT SUBMITTALS A. Disinfection Report: 1. Type and form of disinfectant used. 2. Date and time of disinfectant injection start and finish. 3. Test locations. 4. Special disinfecting procedures used for connections to existing pipes. 5. Name of person collecting samples. 6. Initial and 24-hour disinfectant residuals in treated water in ppm for each outlet tested. 7. Date and time of flushing start and completion. 8. Disinfectant residual after flushing in ppm for each outlet tested. B. Bacteriological Report: 1. Date issued,project name,and testing laboratory name,address,and telephone number. 2. Time and date of water sample collection. 3. Name of person collecting samples. 4. Test locations. 5. Initial and 24-hour disinfectant residuals in ppm for each outlet tested. 6. Coliform bacteria test results for each outlet tested. 7. Submit bacteriologist's signature and authority associated with testing. 8. Owner reserves to either self-perform or hire an outside firm to complete the bacteriological testing. 1.6 QUALITY ASSURANCE A. Perform Work according to AWWA C651, C652, and C653; continuous feed and Texas Commission on Environmental Quality. B. Maintain one copy of each standard affecting Work of this Section on Site. 1.7 QUALIFICATIONS A. Water Treatment Laboratory: Laboratory specializing in disinfecting potable water systems specified in this Section with minimum three years'experience. B. Testing Firm: Company specializing in testing potable water systems, approved by State of Texas. Westside WTP Plate Settler Expansion Project Disinfection of Potable Water Facilities City of Fort Worth 3301 10-2 100%Submittal 0515-239525 9/16/20 PART 2-PRODUCTS 2.1 GENERAL A. Any material or chemical used shall be suitable for contact with potable water. 2.2 DISINFECTION CHEMICALS A. Chemicals: Hypochlorite: Comply with AWWA B300. B. The desired of chlorine dose is 10 mg/1 and shall be injected from the lowest level point in the water pipeline. PART 3 -EXECUTION 3.1 GENERAL A. Verify that piping system has been cleaned,inspected,and pressure tested. B. Perform scheduling and disinfecting activity with startup, water pressure testing, adjusting and balancing,and demonstration procedures, including coordination with related systems C. Piping shall be cleaned and disinfected in compliance with all applicable sections of AWWA Standard C-651. All interior surfaces of pipes shall be exposed to a 50 PPM chlorine solution for a minimum of 24 hours, after which the lines can be cleaned and flushed provided a 25 PPM residual is maintained after the 24 hour period. All piping except chemical piping shall be flushed clean until the chlorine concentration in the water leaving the lines is 1-2 PPM. Chlorine solution with a higher residual may remain in the line,without flushing,if approved by the Engineer.Chemical piping must be flushed until the chlorine concentration leaving the line is 0 PPM.Contractor shall submit disinfecting procedures to be approved by the Engineer. D. Finished water storage tanks and finished water pump station wetwell disinfection shall be performed using Method 3 as specified in AWWA C652 and approved by the Engineer. The methods and procedures for testing and disinfecting shall be selected to provide the most efficient conservation of water. 3.2 PROCEDURES A. Piping: 1. During installation, the interior of all pipe, fittings and other accessories shall be kept as free as possible from dirt and foreign matter at all times. If, in the opinion of the Engineer,the pipe contains dirt or foreign matter-that could not be removed during the flushing operation, the interior of the pipe will be cleaned and swabbed with a bactericidal solution. When pipe laying is not in progress, the open ends of pipe shall be sealed with watertight plugs. If water has accumulated in the trench, the seal shall remain in place until the trench-water has been removed to such an extent that it will not enter the pipe. 2. After the completion of hydrostatic pressure tests and prior to disinfection, the pipe shall be flushed,as thoroughly as possible with the water pressure and outlets available. Westside WTP Plate Settler Expansion Project Disinfection of Potable Water Facilities City of Fort Worth 3301 10-3 100%Submittal 0515-239525 9/16/20 If feasible, flushing rate should develop a velocity in the pipe of at least 2.5 fps. Since it is usually difficult to secure this minimum velocity in pipes over 16 in in diameter, the requirements of Paragraph 3.2 A.1 above shall be rigidly enforced for the larger sizes of pipe. The minimum quantity of water used for flushing shall be in excess of the storage capacity of the pipeline, to ensure that clean water has traversed the entire length of the line. 3. After flushing has been completed to the point that all apparent dirt and foreign matter have been removed from the pipe, either liquid chlorine or calcium hypochlorite solution shall be injected into the pipe and tankage as provided in AWWA Standards C-651, C-652 and C-653. and maintain disinfectant in system for 24 hours. 4. Monitor the residual chlorine at the end of pipeline and shall not be less than I mg/l, otherwise the flushing and disinfection process of the pipeline shall be repeated. 5. Following chlorination, all treated water shall be flushed from the pipes until the replacement water throughout its length is proved by test to be a)meet regulations of Texas Commission on Environmental Quality, or b) meet requirements of the public health authority having jurisdiction. The satisfactory quality of water delivered by the new pipeline shall continue for a period of at least two days. Samples will be taken from a tap located and installed in such a way as to prevent outside contamination. Unless otherwise directed, the sample tap shall either be a hose bib, a disconnected service tap or a 3/4 copper riser (with stop-cock), which shall be provided by the Contractor. Bacteriological analyses will be performed by Owner's laboratory. Should the initial treatment fail to achieve the satisfactory quality described above,the original chlorination procedure shall be repeated until satisfactory results are obtained. 6. The flushed water shall be treated with a dechlorination solution,in a method approved by the Engineer,and dispose to sanitary sewer in accordance with Owner's instructions after dechlorination to residuals below I mg/l. B. Tankage and Water Treatment Basins 1. During installation,the interior of all tankage,pipe,fittings and other accessories shall be kept as free as possible from dirt and foreign matter at all times. If, in the opinion of the Engineer, the tankage contains dirt or foreign matter that could not be removed during the flushing operation, the interior of the tankage will be cleaned and swabbed with a bactericidal solution. 2. Interior surfaces of the tankage shall be thoroughly rinsed with particular attention given to crevices and corners or any areas in which solid material may collect. The rinse water shall be drained to waste. 3. Tank disinfection shall be performed in conjunction with the leakage testing using a method specified in AWWA C652 and approved by the Engineer. The methods and procedures for testing and disinfecting shall be selected to provide the most efficient conservation of water. 4. Filter basins shall be disinfected testing using a method specified in AWWA C653 and approved by the Engineer. 5. Samples will be taken from a tap located and installed in such a way as to prevent outside contamination. Unless otherwise directed,the sample tap shall either be a hose bib, a disconnected service tap or a 3/4 copper riser (with stop-cock), which shall be provided by the Contractor. Bacteriological analyses will be performed by Owner's laboratory. Should the initial treatment fail to achieve the satisfactory quality described above, the original chlorination procedure shall be repeated until satisfactory results are obtained. Westside WTP Plate Settler Expansion Project Disinfection of Potable Water Facilities City of Fort Worth 3301 10-4 100%Submittal 0515-239525 9/16/20 6. The flushed water shall be treated with a dechlorination solution,in a method approved by the Engineer, and dispose to either sanitary sewer or recycle basins in accordance with Owner's instructions after dechlorination to residuals below 1 mg/l. END OF SECTION 330110 Westside WTP Plate Settler Expansion Project Disinfection of Potable Water Facilities City of Fort Worth 3301 10-5 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Disinfection of Potable Water Facilities City of Fort Worth 3301 10-6 100%Submittal 0515-239525 9/16/20 SECTION 331300 -DISINFECTING OF WATER UTILITY DISTRIBUTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Disinfection of potable water distribution system. 2. Testing and reporting of results. B. Related Requirements: 1. Section 400524—Steel Process Pipe. 2. Section 400531 —Thermoplastic Process Pipe. 3. Section 400523 —Stainless Steel Process Pipe and Tubing. 1.3 ACTION SUBMITTALS A. See Section 013300 "Submittal Procedures"for detailed submittal. B. Product Data: Procedures,proposed chemicals, and treatment levels. 1.4 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Products meet or exceed specified requirements. B. Certify cleanliness of water distribution system meets or exceeds specified requirements. C. Certify water conforms or fails to conform to bacterial standards of authority having jurisdiction. D. Certify water conforms to quality standards of authority having jurisdiction. E. Test and Evaluation Reports: Testing results comparative to specified requirements. F. Field Quality-Control Submittals: Results of Contractor-furnished tests and inspections. G. Disinfection and Chlorination Water Disposal Plan: To be submitted by Contractor for review and acceptance by Owner and Engineer. H. Qualifications Statements: Qualifications for water treatment firm and testing fitm. Include operator's license to perform the disinfection Work as required by Authorities Having Jurisdiction. Westside WTP Plate Settler Expansion Project Disinfecting of Water Utility Distribution City of Fort Worth 331300- 1 100%Submittal 0515-239525 9/16/20 1.5 CLOSEOUT SUBMITTALS A. See Section 017700 "Closeout Procedures"for submittal requirements. B. Disinfection Report: 1. Type and form of disinfectant used. 2. Date and time of disinfectant injection start and time of completion. 3. Test locations. 4. Special disinfecting procedures used for connections to existing pipes. 5. Name of person collecting samples. 6. Initial and 24-hour disinfectant residuals in treated water in ppm for each outlet tested. 7. Date and time of flushing start and completion. 8. Disinfectant residual after flushing in ppm for each outlet tested. C. Bacteriological Report: 1. Date issued,project name, and testing laboratory name, address, and telephone number. 2. Time and date of water sample collection. 3. Name of person collecting samples. 4. Test locations. 5. Initial and 24-hour disinfectant residuals in ppm for each outlet tested. 6. Coliform bacteria test results for each outlet tested. 7. Submit bacteriologist's signature and authority associated with testing. 1.6 QUALITY ASSURANCE A. Perform Work according to AWWA C651; continuous feed and Texas Commission on Environmental Quality. B. Maintain one copy of each standard affecting Work of this Section on Site. 1.7 QUALIFICATIONS A. Water Treatment Firm: Company specializing in disinfecting potable water systems specified in this Section with minimum three years' documented experience. B. Testing Firm: Company specializing in testing potable water systems, certified by State of Texas. PART2-PRODUCTS 2.1 DISINFECTION CHEMICALS A. Chemicals: Hypochlorite: Comply with AWWA B300, Westside WTP Plate Settler Expansion Project Disinfecting of Water Utility Distribution City of Fort Worth 331300-2 100%Submittal 0515-239525 9/16/20 PART 3 -EXECUTION 3.1 EXAMINATION A. See Section 017300 "Execution"for installation examination requirements. B. Verify that piping system has been cleaned, inspected, and pressure tested. C. Perform scheduling and disinfecting activity with startup,water pressure testing, adjusting and balancing, and demonstration procedures,including coordination with related systems. 3.2 INSTALLATION A. Provide and attach required equipment to perform Work of this Section. Closely coordinate efforts with Owner for maintenance of site operations and for testing services. B. Inject treatment disinfectant into piping system to produce a residual of at least 50 milligrams per liter(or ppm)throughout the water system. C. Maintain disinfectant in system for 24 hours. D. Flush,circulate, and clean until required cleanliness is achieved using potable water. At least 10 ppm of chlorine to remain in the water at the extreme end of the system. E. Replace permanent system devices that were removed for disinfection. 3.3 FIELD QUALITY CONTROL A. See Section 014000 "Quality Requirements"for inspecting and testing requirements. B. Disinfection,Flushing, and Sampling: 1. Disinfect pipeline installation. 2. Use of liquid chlorine is not permitted. 3. Upon completion of retention period required for disinfection, flush pipeline until chlorine concentration in water leaving pipeline is no higher than that generally prevailing in existing system or is acceptable for domestic use. 4. Disposal: a. Legally dispose of chlorinated water. b. When chlorinated discharge may cause damage to environment, apply neutralizing chemical to chlorinated water to neutralize chlorine residual remaining in water. 5. After final flushing and before pipeline is connected to existing system or placed in service, employ an approved independent testing laboratory to sample,test, and certify that water quality meets quality standards of Texas Commission on Enviromnental Quality. END OF SECTION 331300 Westside WTP Plate Settler Expansion Project Disinfecting of Water Utility Distribution City of Fort Worth 331300-3 100%Submittal THIS PAGE INTENTIONALLY LEFT BLANK 0515-239525 9/16/20 SECTION 400506 - COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Pipe penetrations 2. Restrained joints 3. Flexible connections 4. Expansion joints 5. Expansion loops 6. Sleeve-type couplings. 7. Split-ring(grooved) couplings B. Related Requirements: 1. Section 055000 - Metal Fabrications: Miscellaneous metalwork and fasteners as required by this Section 2. Section 099100 - Painting: Product and execution requirements for painting specified by this Section 3. Section 331300 -Disinfecting of Water Utility Distribution: Disinfection of potable water piping 4. Section 400507 - Hangers and Supports for Process Piping: Hangers, anchors, sleeves, and sealing of piping to adjacent structures 5. Section 400523 - Stainless Steel Process Pipe and Tubing: Stainless steel piping materials and appurtenances 6. Section 400524 - Steel Process Pipe: Steel piping materials and appurtenances 7. Section 400531 -Thermoplastic Process Pipe: Plastic piping materials and appurtenances 8. Section 400551 - Common Requirements for Process Valves: Common product requirements for valves for placement by this Section 1.3 DEFINITIONS A. Firestopping (Through-Penetration Protection System): The sealing or stuffing material or assembly placed in spaces between and penetrations through building materials to arrest movement of fire, smoke,heat, and hot gases through fire-rated construction. B. FM: Factory Mutual Insurance Company; FM Global is the communicative name of the company. i Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 1 100%Submittal 0515-239525 9/16/20 C. WH: Warnock Hersey; indicates compliance to relevant building codes, association criteria, and product safety and performance standards. 1.4 COORDINATION A. Section 013100 "Project Management and Coordination": Requirements for coordination. B. Coordinate Work of this Section with installation of piping, valves and equipment connections specified in other Sections and indicated on Drawings. 1.5 PREINSTALLATION MEETINGS A. Section 013100 "Project Management and Coordination": Requirements for preinstallation meeting. 1.6 SUBMITTALS A. Section 013300 - Submittal Procedures: Requirements for submittals. B. Product Data: 1. Submit manufacturer catalog information for each specified product, including installation instructions. 2. Firestopping: Submit data on product characteristics,performance, and limitation criteria. 3. Flexible Pipe Connectors: Indicate maximum temperature and pressure rating, face-to- face length, live length, hose wall thickness, hose convolutions per foot and per assembly, fundamental frequency of assembly, braid structure, and total number of wires in braid. 4. Expansion Joints: Indicate maximum temperature, pressure rating, and expansion compensation. C. Shop Drawings: 1. Identification: a. Submit list of wording, symbols, letter size, and color coding for pipe identification. b. Comply with ASME A13.1. 2. Indicate restrained joint details and materials. 3. Submit layout drawings showing piece numbers and location, indicating restrained joint locations. 4. Indicate layout of piping systems, including flexible connectors, expansion joints and compensators,loops, offsets, and swing joints. D. Firestopping Schedule: Submit schedule of opening locations and sizes, penetrating items, and required listed design numbers to seal openings for maintenance of fire-resistance rating of adjacent assembly. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-2 100%Submittal 0515-239525 9/16/20 E. Samples: 1. Pipe Restraints: Submit two samples of joint restraint parts. F. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. G. Welder Certificates: Certify welders and welding procedures employed on Work, verifying AWS or ASME qualification within previous 12 months. H. Delegated Design Submittals: Submit signed and sealed Shop Drawings with design calculations and assumptions for: 1. Flexible connectors 2. Expansion joints 3. Pipe Restraints: a. Determine restrained lengths and submit joint restraint details. b. Use joint restraint devices specifically designed for applications as described in manufacturer data. 4. Firestopping Engineering Judgments: For conditions not covered by UL- or WH-listed designs, submit judgments by licensed professional engineer suitable for presentation to authority having jurisdiction to accept as meeting fire-protection code requirements. I. Manufacturer Instructions: Submit special procedures and setting dimensions. J. Source Quality-Control Submittals: Indicate results of factory tests and inspections. K. Field Quality-Control Submittals: Indicate results of Contractor-fiunished tests and inspections. L. Qualifications Statements: l. Submit qualifications for manufacturer, installer, and licensed professional. 2. Submit manufacturer's approval of installer. 3. Welders: Qualify procedures and personnel according to ASME BPVC-IX or AWS D1.1. 4. American Iron and Steel (AIS): Submit certification indicating compliance with requirements. 1.7 CLOSEOUT SUBMITTALS A. Section 017700 "Closeout Procedures": Requirements for submittals. B. Project Record Documents: Record actual locations of piping appurtenances. C. Identify and describe unexpected variations to pipe routing or discovery of uncharted utilities. 1.8 QUALITY ASSURANCE A. Materials in Contact with Potable Water: Certified to NSF Standards 61 and 372. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-3 100%Submittal 0515-239525 9/16/20 B. Perform Work according to ASME B31.9 for installation of piping systems and according to ASME BPVC-IX or AWS D1.1 for welding materials and procedures. C. Perform Work according to ASME B31.3 for installation of piping systems. D. Through-Penetration Firestopping of Fire-Rated Assemblies: 1. Comply with UL 1479 or ASTM E814. 2. Minimum Positive Pressure Differential: 0.1-inch wg to achieve fire F-ratings and temperature T-ratings as indicated on Drawings, but not less than one hour. 3. Wall Penetrations: Fire F-ratings as indicated on Drawings, but not less than one hour. 4. Floor and Roof Penetrations: a. Fire F-ratings and Temperature T-ratings: As indicated on Drawings, but not less than one hour. b. Floor Penetrations within Wall Cavities: T-rating is not required. E. Through-Penetration Firestopping of Non-fire-rated Floor and Roof Assemblies: 1. Materials to resist free passage of flame and products of combustion. 2. Noncombustible Penetrating Items: Noncombustible materials for penetrating items connecting maximum of three stories. 3. Penetrating Items: Materials approved by authorities having jurisdiction for penetrating items connecting maximum of two stories. F. Fire-Resistive Joints in Fire-Rated Floor,Roof, and Wall Assemblies: 1. Comply with ASTM E1966 or UL 2079. 2. Rating: As indicated on Drawings for assembly in which joint is installed. G. Fire-Resistive Joints between Floor Slabs and Exterior Walls: 1. Comply with ASTM E119. 2. Minimum Positive Pressure Differential: 0.1-inch wg to achieve fire-resistance rating as indicated on Drawings for floor assembly. H. Surface-Burning Characteristics: Maximum 25/450 flame-spread/smoke-developed index when tested according to ASTM E84. I. Maintain one copy of each standard affecting Work of this Section on Site. 1.9 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five years' documented experience. B. Installer: Company specializing in performing Work of this Section with minimum five years' documented experience. C. Welders: AWS or ASME qualified within previous 12 months for employed weld types. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-4 100%Submittal 0515-239525 9/16/20 D. Licensed Professional: Professional engineer experienced in design of specified Work and licensed in State of Texas. 1.10 DELIVERY, STORAGE,AND HANDLING A. Section 016000 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C. Store materials according to manufacturer instructions. D. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Furnish temporary end caps and closures on piping and fittings and maintain in place until installation. 3. Provide additional protection according to manufacturer instructions. 1.11 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.12 WARRANTY A. Furnish five-year manufacturer's warranty. PART 2 -PRODUCTS 2.1 PIPE PENETRATIONS A. Performance and Design Criteria: 1. Firestopping Materials: As specified in Section 078400-Firestopping. 2. Firestop interruptions to fire-rated assemblies, materials, and components. 3. Firestopping: Provide certificate of compliance from authority having jurisdiction, indicating approval of materials used. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-5 100%Submittal 0515-239525 9/16/20 2.2 PIPE SLEEVES A. All construction except new concrete walls: 1. Material: Schedule 40 galvanized steel conforming to ASTM A53, 2. 2-inch minimum circumference water stop welded to exterior sleeve at midpoint 3. Ends cut and ground to be: a. Flush with ground b. Flush with ceiling C. 2 inches above finished floors d. Sealed with caulking e. Sized as required. B. New concrete walls with pipes up to 20 inches in diameter: 1. Material: non-metallic High-Density Polyethylene Sleeves (HDPE) 2. Integral hollow molded water stops a. 4 inches larger than the outside diameter of the sleeve. 3. End caps for forming and reinforcing ribs. 4. Domestically manufactured by: a. Century-Line as manufactured by Pipeline Seal & Insulator, Inc., Houston, TX, or equal. C. New concrete with pipes 20 to 60 inches in diameter: 1. Material: molded HDPE modular interlocking discs to make the width of the wall a. Corrugated b. Cell-Cast as manufactured by Pipeline Seal & Insulator, Inc., Houston, TX, or equal. D. External wall penetrations: 1. 36 -in diameter and less may be made by means of a ductile iron sleeve capable of being bolted directly to the formwork: 2. Seal of the annular space between the carrier pipe and the sleeve made by means of a confined rubber gasket and be capable of withstanding 350 psi.: 3. Sleeve to have an integrally cast waterstop of 1/2-in minimum thickness, 2-1/2-in minimum height. 4. Manufacturers: Omni-Sleeve, Malden, MA or equal. 2.3 WALL CASTINGS A. Ductile iron conforming to ANSI/AWWA A21.51/C151, thickness Class 53 or steel wall sleeves with NSF 61 primer coat and with 2-inch weep rings. B. Diameter as required. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-6 100%Submittal 0515-239525 9/16/20 C. Flanges and/or mechanical joint bells drilled and tapped for studs where flush with the wall. D. Castings provided with a 2-in minimum circumferential flange/waterstop integrally cast with or welded to the casting. E. Located as follows: 1. for castings set flush with walls: located at the center of the overall length of the casting, 2. for castings which extend through wall: located within the middle third of the wall. 2.4 SEALING MATERIALS A. Mechanical seals: 1. Of rubber links shaped to continuously fill the annular space between the pipe and the wall opening or sleeve. 2. Link pressure plates molded of glass reinforced nylon: a. colored throughout elastomer, b. permanent identification of the size and manufacturer's name molded into the pressure plate and sealing element. 3. Hardware: a. Mild steel with a 60,000 psi minimum tensile strength unless noted otherwise b. 2-part Zinc Dichromate coating per ASTM B-633 C. Organic Coating, tested in accordance with ASTM B-117 to pass a 1,500-hour salt spray test. d. Use Type 304 Stainless Steel hardware: 1) in the filter gallery 2) membrane area. 3) exposed outdoor areas and valve vaults e. Use Type 316 Stainless Steel hardware: 1) in chemical areas 2) for submerged service 3) for penetrations in tanks containing sludge or wastewater. 4. Completed sealing system: a. Duty pressure rated for 20 psig differential pressure. b. EPDM for all services except fire rated assemblies 1) fire rated seals use silicone link material. C. Manufacturer: PSI-Thunderline/ Link-Seal as manufactured by Pipeline Seal & Insulator, Inc., Houston, TX, or pre-approved equal. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-'7 100%Submittal 0515-239525 9/16/20 B. Sealant: 1. A two-part foamed silicone elastomer manufactured by: a. Dow Corning Co.,Product No. 3-6548 silicone R.T.V. b. 3M brand fire barrier products caulk C.P. 25 and 3M brand moldable putty MP+; C. Flame-Safe fire stop systems FS-900 by Rectorseal. 2. Sealant bead configuration, depth and width in accordance with manufacturer's recommendations. 2.5 MISCELLANEOUS MATERIALS A. Bonding compound: 1. Sikadur Hi-Mod epoxy by Sika Corp.; 2. Euco 452 by Euclid Chemical Corp.; Master Builders Company 3. or equal. B. Non-shrink grout: 1. Masterflow 713 by Master Builders Co.; 2. Euco NS by Euclid Chemical Co.; 3. Five Star Grout by U.S. Grout Corp. 4. or equal. 2.6 RESTRAINED JOINTS A. Where restrained joints are indicated on the Drawings,provide restraint rings welded to the pipe and tie rods in accordance with AWWA M-11. B. Manufacturers: 1. Romac. 2. Substitutions: As specified in Section 016000—Product Requirements. C. Description: 1. Restraint Rings: Weldment is manufactured from ASTM A36 Steel with a minimum yield stress of 36,000 psi. Two of there are required, one on each side of the coupling. 2. Tie Rods: High tensile alloy steel per ASTM A193 Grade B7. 3. Finish: Hot Dipped Galvanized. 4. Coating: Paint per Section 09 91 00. 5. Minimum Design Operating Pressure: 100 prig. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-8 100%Submittal 0515-239525 9/16/20 2.7 FLEXIBLE CONNECTIONS A. Manufacttufers: 1. For pressure pipe applications and applications with steel and copper piping: Flexicraft Industries, Chicago, IL; Hyspan Precision Products, Inc.; Metraflex Company, Chicago, IL; Victaulic Company,Easton,PA or equal. 2. For non-pressurized applications involving plastic, clay, asbestos cement, or cast iron applications: Fernco or equal. 3. Substitutions: Not permitted. B. Steel Piping: 1. Inner Hose: Stainless steel. 2. Exterior Sleeve: Single-braided stainless steel. 3. Pressure Rating: 125 psig WSP at 450 F deg. 4. Joints: Flanged. 5. Size: Use pipe-sized units. 6. Maximum Offset: 3/4 inch on each side of installed center line. C. Non-Pressurized Piping(Plastic, Clay,Asbestos Cement,Cast Iron utilized under 4.3 psig) 1. Flexible couplings: in accordance with ASTM D 5926,C1173 and CSA B602. 2. Couplings: rubberized PVC and be attached with the use of adjustable stainless steel clamps. 2.8 EXPANSION JOINTS A. Manufactturers: 1. Flexicraft Industries, Chicago, IL; Hyspan Precision Products, Inc.; Metraflex Company, Chicago,IL; Victaulic Company, Easton,PA or equal. 2. Substitutions: Not permitted. B. Performance and Design Criteria: 1. Bellow Design: According to Section C of EJMA Standards. 2. Rubber Spool Design C. Stainless-Steel Bellows Type: I. Pressure Rating: 125 psig WSP at 400 degrees F. 2. Maximum Compression: 1-3/4 inches. 3. Maximum Extension: I inch. 4. Joint: Flanged. 5. Size: Use pipe-sized units. 6. Application: Steel piping 3 inches and smaller. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506-9 100%Submittal 0515-239525 9/16/20 D. External Ring-Controlled Stainless-Steel Bellows Type: 1. Pressure Rating: 125 psig WSP at 400 degrees F. 2. Maximum Compression: 15/16 inch. 3. Maximum Extension: 5/16 inch. 4. Maximum Offset: 1/8 inch. 5. Joint: Flanged, 6. Size: Use pipe-sized units. 7. Accessories: Internal flow liner. 8. Application: Steel piping 3 inches and larger. E. Single,Double or Triple-Arch Rubber Spool Type: 1. Spool: EPDM. 2. Backing Rings: Galvanized Steel 3. Wonting Pressure: 125 psig. 4. Maximum Temperature: 95 degrees F. 5. Maximum Compression: Varies with size and number of arches, 0.6 to 6.75 inch. 6. Maximum Elongation: Varies with size and number of arches, 0.4 to 3.75 inch . 7. Maximum Offset: Varies with size and number of arches, 0.5 to 3.0 inch. 8. Maximum Angular Movement: Varies with size and number of arches, 3.0 to 65 degrees. 9. Joint: Full-faced,Drilled to 150# Standard, integral to body, with Backing Rings. 10. Size: Use pipe-sized units. 11. Accessories: Galvanized Steel Control rods. 12. Application: Piping 1 inch and larger. 2.9 EXPANSION LOOPS A. Provide expansion loops as indicated on Shop Drawings. 2.10 SLEEVE-TYPE COUPLINGS A. Manu(acturers: 1. GE Oil& Gas (Dresser);Xylem(Smith-Blair), Baker or equal. 2. Substitutions: Not permitted. B. Description: 1. Comply with AWWA C213, C219. 2. Middle Ring: Steel. 3. Followers: Steel. 4. Gaskets: a. Material: EPDM. b. Comply with ASTM D2000. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 10 100%Submittal 0515-239525 9/16/20 5. Nuts and Bolts: ASTM A307 and ANSI B 1.1 with hexagonal, coarse thread fit, threaded full length with ends chamfered or rounded. a. Project ends 1/4-inch beyond surface of nuts. b. Hexagonal nuts with dimensions in accordance with ANSI B 18.2 and coarse threads in accordance with ANSI B 1.1. 6. Middle ring of each mechanical coupling to have a thickness at least equal to that specified for size of pipe on which coupling is to be used and not be less than 10-inch long for pipe 30-inch and larger and not less than 7-inch long for pipe under 30-inch in diameter. a. Omit pipe stop from inner surface of middle rings of couplings whenever necessary to permit removal of valves, flowmeters and other installed equipment. b. Provide pipe stops in other couplings. 7. Where shown on the drawings, anchor sleeve-coupled joints with harness bolts. Weld harness lugs to steel pipe. a. Joint harness bolts to be of sufficient length, with harness lugs placed so that coupling can be slipped at least in one direction to clear joint. Provide harnesses of sufficient number and strength to withstand test pressure. b. Each harness to have a minimum of two 5/8-inch dimeter C. Finishes: 1. Factory fusion bonded epoxy coated. 2.11 SPLIT-RING(GROOVED)COUPLINGS A. Manufacturers: 1. Victaulic Company. 2. Gustin-Bacon. 3. Substitutions: As specified in Section 016000—Product Requirements. B. Description: 1. Grooved joints: Comply with AWWA C606. 2. Flexible or rigid couplings: Victaulic Style W77 or Victaulic Style W07. 3. Rigid split ring couplings: a. Grooved ends —rigid groove with Style HP-70 couplings on ductile iron less than 18-inch diameter with sufficient wall thickness per AWWA C606, on standard groove with Style 77 coupling on manufactured steel or other pipe. b. Shoulder ends — Style 44 coupling on ductile iron over 16-in diameter or without sufficient wall thickness per AWWA C606 or on manufactured steel pipe or thin wall stainless steel pipe. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 11 100%Submittal 0515-239525 9/16/20 4. Flexible joint grooving to permit expansion and contraction, and angular deflection. Rigid joint grooving to all no angular or linear movement. 5. Grooved couplings for steel and stainless steel piping to be roll grooving, machine- grooving, or ring collars fiilly welded to the pipe or fitting. C. Materials: 1. Housing: Ductile iron,ASTM A536, Grade 65-45-12. 2. Housing Coating: Fusion bonded Epoxy Coated (Exterior and buried applications) or Standard Enamel/Epoxy Coated(Above ground applications). 3. Gasket: EPDM,NSF 61 Certified. 4. Hardware: Zinc plate finish, ASTM A449 (bolts) and ASTM A563 Grade B (nuts). 2.12 FINISHES A. Prepare piping appurtenances for field finishes as specified in Section 099100 -Painting. 2.13 SOURCE QUALITY CONTROL A. Provide shop inspection and testing of completed assemblies. B. Certificate of Compliance: 1. If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. 2. Specified shop tests are not required for Work performed by approved manufacturer. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify that field dimensions are as indicated on Shop Drawings. B. Inspect existing flanges for nonstandard bolt hole configurations or design and verify that new pipe and flanges mate properly. C. Verify that openings are ready to receive sleeves . D. Verify that pipe plain ends to receive sleeve-type couplings are smooth and round for 12 inches from pipe ends. E. Verify that pipe outside diameter conforms to sleeve manufacturer's requirements. 3.2 PREPARATION A. Cleaning: Thoroughly clean end connections before installation. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 12 100%Submittal 0515-239525 9/16/20 B. Close pipe and equipment openings with caps or plugs during installation. C. Surface Preparation: Clean surfaces to remove foreign substances. 3.3 INSTALLATION A. According to ASME B3 L3. B. Coating: Finish piping appurtenances as specified in Section 099100 - Painting for service conditions. C. Pipe Penetrations: 1. Flashing: a. Provide flexible flashing and metal counterflashing where piping penetrates weatherproofed or waterproofed walls, floors, and roofs. b. Flash floor drains with topping over finished areas with lead, 10 inches clear on sides, with minimum 36-by-36-inch sheet size. C. Fasten flashing to drain clamp device. 2. Sleeves: a. Exterior Watertight Entries: Seal with mechanical sleeve seals. b. Set sleeves in position in forms and provide reinforcement around sleeves. C. Size sleeves large enough to allow for movement due to expansion and contraction and provide for continuous insulation wrapping. d. Extend sleeves through floors 1 inch above finished floor level and calls sleeves. e. Where piping penetrates floor, ceiling, or wall, close off space between pipe and adjacent Work with firestopping insulation and calk airtight. f. Provide close-fitting metal collar or escutcheon covers at both sides of penetration. g. Install chrome-plated steel escutcheons at finished surfaces. D. Frrestopping: 1. Install material at fire-rated construction perimeters and openings containing penetrating sleeves,piping, and other items requiring firestopping. 2. Apply primer where recommended by manufacturer for type of firestopping material and substrate involved, and as required for compliance with required fire ratings. 3. Apply firestopping material in sufficient thickness and to uniform density and texture to achieve required fire and smoke rating. 4. Placement: a. Place foamed material in layers to ensure homogenous density, filling cavities and spaces. b. Place sealant to completely seal junctions with adjacent dissimilar materials. 5. Fire-Rated Surfaces: a. Seal opening at floor,wall, ceiling and roof. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 13 100%Submittal 0515-239525 9/16/20 b. Install sleeve through opening and extend beyond minimum of 1 inch on both sides of building element. C. Size sleeve, allowing minimum of 1 inch void between sleeve and building element. d. Pack void with backing material. e. Seal ends of sleeve with UL-listed, fire-resistive silicone compound to meet fire rating of structure penetrated. 6. Non-rated Surfaces: a. Install sleeve through opening and extend beyond minimum of I inch on both sides of building element. b. Size sleeve to allow minimum of 1 inch void between sleeve and building element. C. Install type of firestopping material recommended by manufacturer. d. Occupied Spaces: 1) Install escutcheons, floor plates or ceiling plates where conduit penetrates non-fire-rated surfaces in occupied spaces. 2) Occupied spaces include rooms with finished ceilings and rooms where penetration occurs below finished ceiling. e. Exterior Wall Openings below Grade: Assemble rubber links of mechanical sealing device to size of piping and tighten in place according to manufacturer instructions. E. Flexible Connections: Install flexible couplings at connections to equipment and where indicated on Shop Drawings. F. Expansion Joints: I. Install flexible couplings and expansion joints at connections to equipment and where indicated on Shop Drawings. 2. If expansion joint is supplied with internal sleeve, indicate flow direction on outside of joint. G. Air Release and Vacuum Breakers: Provide vacuum breakers as indicated on Shop Drawings. H. Backflow Preventers: 1. Install with nameplate and test cock accessible. 2. Install according to local code requirements. 3. Do not install in vertical position. I. Disinfection: Disinfect potable water piping as specified in Section 331300 - Disinfecting of Water Utility Distribution. 3.4 FIELD QUALITY CONTROL A. After installation, inspect for proper supports and interferences. B. Repair damaged coatings with material equal to original coating. Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 14 100%Submittal 0515-239525 9/16/20 3.5 CLEANING A. Sections 017300"Execution" and 017700"Closeout Procedures": Requirements for cleaning. B. Keep equipment interior clean as installation progresses. END OF SECTION 400506 Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 15 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Couplings,Adapters,and Specials for Process Piping City of Fort Worth 400506- 16 100%Submittal 0515-239525 9/16/20 SECTION 400507 -HANGERS AND SUPPORTS FOR PROCESS PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This specification requires Contractor to delegate pipe support design to a pipe support design engineer hired by the Contractor. Where the Drawings show support types and/or locations, they shall be analyzed for adequacy to support loads and stresses calculated by the pipe support designer, modified if required, installed generally where shown, and integrated with the pipe support system design provided by the Contractor. B. Related Requirements: 1. Section 400506—Couplings,Adapters, and Specials for Process Piping. 2. Section 400523 —Stainless Steel Process Pipe and Tubing. 3. Section 400524—Steel Process Pipe. 4. Section 400531 —Thermoplastic Process Pipe. 1.3 COORDINATION A. Coordinate Work of this Section with piping and equipment connections specified in other Sections and indicated on Drawings. 1.4 PREINSTALLATION MEETINGS A. Convene minimum one week prior to commencing Work of this Section. 1.5 ACTION SUBMITTALS A. Product Data: Submit manufacturer's catalog data including load capacity for every support type size and location. Load capacity shall be included with fabricated support systems as well. B. Shop Drawings: Submit scaled piping layouts for each system. Indicate flow stream, pipe size(s) material(s), schedule(s), lining(s), critical dimensions between pipes, equipment and building features. Indicate by schedule pipe hanger/support type and locations. Provide detail of each type of hangers, supports, anchors,and guides. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 1 100%Submittal 0515-239525 9/16/20 C. Delegated Design Submittals: Support System Design 1. Engage the services of an independent registered professional engineer licensed in the State of Texas ordinarily engaged in the business of pipe support systems analysis and design, to analyze system piping and service conditions, and to develop a detailed support system design, specific to the piping material, pipe joints, valves, and piping appurtenances proposed for use. a. The proposed support system engineer shall have at least 5 years of experience in the analysis and design of similar systems, including the use of commercial and custom pipe supports and in the use of commercial pipe stress software programs. b. Engineer pre-approved support system engineering groups include the following: 1) J. Blanco Associates, Inc. Hawthorne,NJ 2) Fenny Engineering Company, Venice,FL 3) LCI Engineering, Ottawa, Ontario, Canada. 2. The support system design shall include: a. Criteria by piping system. b. Surmnary of Contractor-selected related components including joints, class,valves, appurtenances, etc., and commercial supports and especially including pipe materials. C. Dead weight and dynamic analysis, including system thermal effects and pressure thrusts. Computer-based software system equivalent to Bentley Systems AutoPIPE or SST Systems CAEPIPE. 1) Present each system in an isometric graphic and show the resolved and resultant force and moment systems, as well as all recommended hangers, supports, anchors,restraints, and expansion/flexible joints. d. Submit a support system design to the Engineer for review. The submittal needs to be stamped by a professional engineer registered in State of Texas C. All aspects of the analysis and design to comply with the provisions of ANSI B31.3 and the referenced standards. f. Coordinate support arrangements to eliminate interference with similar systems to be installed under HVAC, Plumbing, and Electrical; to account for structural expansion joints and to maintain access for both personnel and for the removal of equipment. D. Manufacturers'Instructions: Submit special procedures and assembly of components. 1.6 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. B. Welders' Certificate: Submit welders' certification of compliance with ASME Section IX or AWS D1.1,verifying qualification within previous 12 months. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-2 100%Submittal 0515-239525 9/16/20 C. Qualifications Statements: 1. Submit qualifications for manufacturer, fabricator, installer, and licensed professional. 2. Submit manufacturer's approval of installer. 1.7 DEFINITIONS A. Ferrous Metal: Iron,steel, stainless steel,and alloys with iron as principal component. B. Wetted or submerged: Submerged, less than 1-foot above liquid surface, below top of channel or tank wall,under cover or slab of channel or tank, or in other damp locations. C. "Pipe" or "piping" shall mean all piping, piping system(s), hose, tube, fittings, joints, valves, and similar appurtenances. D. Supports: wherever the word "supports" or "pipe supports" are used, they shall mean pipe supports, hangers, structural connections, concrete inserts (if allowed), anchors, guides, bolts, expansion units, restraints and all restraint, hanging, supporting, allowing controlled expansion, or other means of attaching piping along with the necessary appurtenances. 1.8 DELIVERY, STORAGE AND HANDLING A. All supports and hangers shall be crated, delivered and uncrated so as to protect against any damage. B. All parts shall be properly protected so that no damage or deterioration shall occur during a prolonged delay from the time of shipment until installation is completed. C. Finished metal surfaces not galvanized, that are not of stainless steel construction, or that are not coated, shall be grease coated, to prevent rust and corrosion. 1.9 QUALITY ASSURANCE A. Perform Work according to applicable authority AWS D1.1 for welding hanger and support attachments to building structure. B. Maintain one copy of each standard affecting the Work of this Section on-Site. 1.10 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years' documented experience. B. Fabricator: Company specializing in fabricating products specified in this Section with minimum three years' documented experience. C. Installer: Company specializing in performing Work of this Section with minimum three years' documented experience and approved by manufacturer. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-3 100%Submittal 0515-239525 9/16/20 D. Licensed Professional: Professional engineer experienced in design of specified Work and licensed in State of Texas. 1.11 DELIVERY, STORAGE,AND HANDLING A. Section 016000 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Inspection: Accept materials on-Site in original factory packaging, labeled with manufacturer's identification. C. Protect products from weather and construction traffic, dirt, water, chemical, and damage by storing in original packaging. 1.12 EXISTING CONDITIONS A. Field Measurements: Verify field measurements prior to fabrication. Indicate field measurements on Shop Drawings. 1.13 WARRANTY A. Furnish five-year manufacturer's warranty for pipe hangers and supports. PART 2 -PRODUCTS 2.1 GENERAL A. Support pipe and appurtenances connected to equipment to prevent any strain being imposed on the equipment. Comply with manufacturer's requirements regarding piping loads being or not being transmitted to their equipment. Submit certification stating that such requirements have been met. B. Support and secure all pipe and tubing in the intended position and align vent to prevent significant stresses in the pipe or tubing material, valves, fittings, and other pipe appurtenances. Design all supports to adequately secure the pipe against excessive dislocation due to thermal expansion and contraction, internal flow forces, and all probable external forces such as equipment,pipe, and personnel contact. C. Pipe routing and support styles shall be per Drawings. Contractor may propose minor adjustments to the piping arrangements in order to simplify the supports, or in order to resolve minor conflicts in the work. Such an adjustment might involve minor change to a pipe centerline elevation so that a single trapeze support may be used. Such changes may be proposed and made only upon approval of the Owner and Engineer. D. Where flexible sleeve, split ring, vibration, or other couplings are required at equipment, tanks, etc., the end opposite to the piece of equipment, tank, etc., shall be rigidly supported to prevent Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-4 100%Submittal 0515-239525 9/16/20 transfer of force systems to the equipment. Do not install fixed or restraining supports between a flexible coupling and the piece of equipment. E. Pipe supports: 1. Shall not induce point loadings but shall distribute pipe loads evenly along the pipe circumference. 2. Provide supports at changes in direction and elsewhere as shown in the Drawings or as specified herein. 3. No piping shall be supported from other piping or from metal stairs, ladders, and walkways,unless specifically directed or authorized by the Engineer. 4. Provide pipe supports to minimize lateral forces through valves, both sides of flexible split ring type couplings and sleeve type couplings, and to minimize all pipe forces on pump housings. Pump housings shall not be utilized to support connecting pipes. 5. Effects of thermal expansion and contraction of the pipe to be accounted for in the pipe support selection and installation. F. Insofar as is possible, floor supports shall be given preference. Where specifically indicated, concrete supports, as shown on the Drawings, may be used. Base elbow and base tees shall be supported on concrete pedestals. G. Restraints, flexible connections, expansion items, and related items as included in other specifications and shown on the Drawings. 2.2 PERFORMANCE REQUIREMENTS/DESIGN CRITERIA A. All supports and appurtenances shall be standard products from approved manufacturers wherever possible, and shall be adequate to maintain the supported load in proper position under all operating conditions. Any reference to a specific figure number of a specific manufacturer is for the purpose of establishing a type and quality of product and shall not be considered as proprietary. Note that different materials required, as specified in Part 2 MATERIALS,may require different figures or model numbers than those shown. 1. The minimum working factor of safety for all items, with the exception of springs, shall be five times the ultimate tensile strength of the material, assuming 10 feet of water-filled pipe being supported and normal test pressures. 2. Design for all loads using a safety factor of 5. B. Piping schedule is included in the contract drawings. C. All items shall be designed with strength and stiffness to support, restrain, and allow expansion of the respective pipes under the maximum combination of peals loading conditions to include pipe weight, liquid weight, liquid movement and pressure forces, thermal expansion and contraction,vibrations,and all probable externally applied forces. D. Support spacing shall be per ASME B31.3 minimum. E. Complete design details of the pipe system components shall be submitted for review and approval as specified in Part 1. No support shall be installed without approved support system Drawings. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-5 100%Submittal 0515-239525 9/16/20 F. The pipe support system shall not impose loads on the supporting structures in excess of the loads for which the supporting structure is designed. G. Seismic Design and restraint requirements, in accordance with the Structural Design criteria. 2.3 MATERIALS A. For support of metallic pipe: 1. Submerged, buried, or within outdoor structures (vaults, etc.): Type 316 stainless steel (SS). 2. Within chemical areas: Vinyl ester fiberglass reinforced plastic (FRP) for pipe size up to 2 inch, epoxy coated steel for 2-1/2 inches size and larger. 3. Other locations: steel with galvanizing where noted, or if not otherwise noted, coating as required in Division 09 Finished Painting. 4. Additional requirements (including dielectric insulation): see following paragraphs. B. For support of non-metallic pipe: 1. Submerged,buried, or within vaults: Type 316 stainless steel or FRP. 2. Within chemical areas: vinyl ester FRP. 3. Other locations: steel with galvanizing where noted, or if not otherwise noted, coating as required in Division 09 Finished Painting; all with local stress protection shields. 4. Additional requirements (including stress protection shields): see following paragraphs C. Wherever stainless steel is noted, it shall be Type 316 unless noted otherwise. 2.4 SUPPORT AND RESTRAINT SYSTEMS A. Steel or Ductile Iron Piping 1. Cast iron and ductile iron, steel, and stainless steel piping shall be supported at a maximum support spacing of 10 feet with a minimum of one support per pipe section at the joints. 2. Support spacing for ductile iron, steel, and stainless steel piping 2-in and smaller diameter shall not exceed 5 feet. B. Copper Piping 1. Supports for copper pipe shall be copper plated or shall have a 1/16 inch plastic coating. 2. Support spacing for copper piping and tubing 2 inch and smaller diameter shall not exceed 5 feet and greater than 2 inch diameter shall not exceed 8 feet. 3. Where pipe supports come in contact with copper piping, provide protection from galvanic corrosion by: wrapping pipe with 1/16 inch thick neoprene sheet material and galvanized protection shield; isolators similar to Cooper B-Line B3195CT; or copper- plated or PVC-coated hangers and supports. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-6 100%Submittal 0515-239525 9/16/20 C. Non-Metallic Piping 1. All uninsulated non-metallic piping such as PVC, CPVC, HDPE, PVDF, etc., shall be protected from local stress concentrations at each support point. Protection shall be provided by non-metallic protection shields or other method as approved by the Engineer. a. Where pipes are bottom supported 180 degrees, arc shields shall be furnished. Where 360-degree are support is required, such as U-bolts, protection shields shall be provided for the entire pipe circumference. All U-bolts or clamps for non- metallic pipes shall be plastic coated. b. Protection shields shall have an 18-gauge minimum thickness, not be less than 12 inches in length, and be securely fastened to pipe with Type 316 stainless steel straps not less than 1/2 inch wide. 2. Individually supported PVC pipes shall be supported as recommended by the pipe manufacturer except that support-spacing shall be manufacturers recommendation minus 2-ft. down to 5 ft spacing recommendation, then spacing shall be 3 feet. 3. Supports for horizontal multiple PVC plastic piping: a. Shall be continuous wherever possible. b. Multiple, suspended, horizontal plastic PVC pipe runs, where possible, shall be supported by ladder type cable trays such as: Husky Ladder Flange Out by MPHusky; or equal. C. Rung spacing shall be 12 inches. Tray width shall be approximately 6 inch for single runs and 12 inches for double runs. d. Ladder type cable trays shall be furnished complete with all hanger rods, rod couplings, concrete inserts, hanger clips, etc., required for a complete support system. Individual plastic pipes shall be secured to the rungs of the cable tray by strap clamps or fasteners similar to: Globe, Series 600; Unistrut Pipe/Conduit Clamps and Hangers; or equal. e. Spacing between clamps shall not exceed 9 feet. The cable trays shall provide continuous support along the length of the pipe. Individual clamps, hangers, and supports in contact with plastic PVC pipe shall provide firm support but not so firm as to prevent longitudinal movement due to thermal expansion and contraction. D. Framing Support System 1. See Part 2 MATERIALS for materials of construction. 2. Beams: Size such that beam stress does not exceed 25000 psi and maximum deflection does not exceed 1/240 of span. 3. Column Members: Size in accordance with manufacturer's recommended method. 4. Support Loads: Calculate using weight of pipes filled with water. 5. Maximum Spans: a. Steel and ductile iron pipe, 3 inch diameter and larger: 10 feet centers, unless otherwise shown. b. Other pipelines and special situations: Same as noted in previous paragraphs. Supplementary hangers and supports may be required. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-7 100%Submittal 0515-239525 9/16/20 E. All vertical pipes shall be supported at each floor or at intervals of not more than 12 feet by approved pipe collars, clamps, brackets, or wall rests and at all points necessary to ensure rigid construction. All vertical pipes passing though pipe sleeves shall be secured using a pipe collar. 2.5 ANCHOR BOLTS/SYSTEMS A. Anchoring Devices: Design, size, and space support anchoring devices, including anchor bolts, inserts, and other devices used to anchor support, to withstand shear, and pullout loads imposed by loading and spacing on each particular support. DO NOTE USE ADHESIVE ANCHOR BOLTS ON ANY PIPE SUPPORT HUNG FROM A ROOF OR CEILING, unless specifically noted otherwise. B. All post-installed anchors in concrete shall have current published ICC-ES Evaluation Report indicating the anchor is approved for installation in cracked concrete. C. The latest edition of the following specification and reconunended practices shall become part of this specification as if written herein. Wherever requirements conflict, the more stringent shall govern. 1. ACI 318,Appendix D. 2. ACI 355.2, Mechanical Anchors "Qualification of Post-Installed Mechanical Anchors in Concrete" 3. Anchor manufacturer's published installation requirements. D. Expansion anchors: 1. The length of expansion bolts shall be sufficient to place the wedge portion of the bolt a minimum of 1 inch behind the steel reinforcement. 2. Manufacturers: a. Power-Stud+ SD4 and Power-Stud+SD6 by Powers Fasteners,Brewster,NY, b. Kwik Bolt as manufactured by Hilti USA, Tulsa, Oklahoma; or C. Wej-it by Wej-it Expansion Products, Inc.,Broomfield,Colorado. E. Unless otherwise noted: use Type 304 stainless steel anchoring parts/bolts and hardware for non-submerged supports, Type 316 stainless steel for submerged anchors. F. Size of anchor bolts as designed by manufacturer, 1/2 inch minimum diameter, or as shown on the Drawings. G. Anchors to concrete in chemical areas shall be epoxy secured vinyl ester FRP all thread, insertion depth and size as required by the manufacturer for the design loads. Nuts, bolts and hardware shall all be vinyl ester FRP construction. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-8 100%Submittal 0515-239525 9/16/20 2.6 HANGER RODS A. Where use of steel is allowed, hanger rods shall be hot-rolled steel, machine-threaded, and, except for stainless steel, galvanized after fabrication. The strength of the rod shall be based on its root diameter. 1. Hanger rods shall be attached to concrete structures using single or continuous concrete inserts by the named support manufacturers above. Where use of steel is allowed, inserts shall be malleable iron or steel with galvanized finish. 2. Beam-clamps, C-clamps, or welded-beam attachments shall be used for attaching hanger rods to At actural steel members. B. Minimum rod size for metallic rod hangers: (* For pipe diameters less than 14 inch, if using pipe roller,use 2 hanger rods with minimum diameter noted below for pipe's diameter). Nominal Pipe/Tube Diameter Minimum Hanger Rod Diameter 1 Less than 2-1/2 inch 1/4 inch* 2 3 to 8 inches 1/2 inch 3 10 to 14 inches 3/4 inch* 4 16 to 20 inches 2 at 1 inch 5 24 inches 2 at 1-1/4 inch i 6 30 inches 2 at 1-1/2 inch 2.7 SINGLE PIPE HANGERS A. Unless otherwise indicated,pipe hangers and supports shall be standard catalogued components, conforming to the requirements of MSS-41, 58, or 69 and shall be of the following type: 1. Anvil International 2. Equal models by: Carpenter & Patterson, Inc., Woburn, MA; Cooper B-Line; Gulf State Manufacturing; or Unistrut Northeast, Cambridge,Massachusetts. B. Single pipes shall be supported by hangers suspended by hanger rods from structural steel members,concrete ceilings,bottom of trapeze hangers, and wall-mounted steel angle brackets. C. Where pipes are near walls, beams, columns, etc., and located an excessive distance from ceilings or underside of beams, welded steel wall brackets similar to Carpenter and Patterson, Figure Nos. 68, 79, 84, or 139 shall be used for hanging pipe. Where single pipes rest on top of bracket pipe supports, attachments shall meet requirements as specified under multiple pipe hangers. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507-9 100%Submittal 0515-239525 9/16/20 2.8 MULTIPLE PIPE HANGERS A. Suspended multiple pipes,running parallel in the same horizontal plane that are adjacent to each other, shall be suspended by trapeze type hangers or wall brackets. Where use of steel is allowed, trapeze hangers shall consist of galvanized structural steel channel supported from galvanized threaded rod or attached to concrete walls, columns, or structural steel support members. See previous paragraphs about multiple PVC pipe supports. B. Except as otherwise specified herein, pipe anchors used for attaching pipe to trapeze or multiple pipe wall brackets shall be anchor or pipe chairs similar to: 1. Anvil Fig. 175 2. Cooper B-Line B3147A or B3147B. 3. Where use of steel is allowed, material of construction shall be galvanized steel. Chair U bolts shall be tightened to allow freedom of movement for normal expansion and contraction except where pipe must be anchored to control direction of movement or act as a thrust anchor. 2.9 SINGLE PIPE SUPPORTS FROM BELOW A. Single pipes located in a horizontal plane close to the floor shall be Pedestal type: Schedule 40 pipe stanchion, saddle, and anchoring flange. 1. Nonadjustable Saddle: MSS SP 58, Type 37 with U-Bolt a. Anvil,Figure 259. b. Cooper B-Line, Figure B3090. 2. Adjustable Saddle: MSS SP 58,Type 38 without clamp a. Anvil, Figure 264. b. Cooper B-Line, Figure B3093. B. Pipes less than 3 inch in diameter 1. Hold in position by supports fabricated from steel C channel, welded post base similar to Unistrut, Figure P2072A, where use of steel is allowed; and pipe clamps similar to Unistrut,Figures P 1109 through 26. 2. Where required to assure adequate support, fabricate supports using two vertical members and post bases connected by horizontal member of sufficient load capacity to support pipe. 3. Fasten supports to nearby walls or other structural member to provide horizontal rigidity. 4. More than one pipe may be supported from a common fabricated support. C. Pipes 3 inch in diameter and larger 1. Support by adjustable stanchions. 2. Provide at least 4 inch adjustment 3. Flange mount to floor. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 10 100%Submittal 0515-239525 9/16/20 D. Use yoked saddles for piping whose centerline elevation is 18 inch or greater above the floor and for all exterior installations. E. Pipe roller type supports shall be used where required to accommodate thermal movement in conjunction with axial supports. 2.10 WALL SUPPORTED SINGLE AND MULTIPLE PIPES A. Single or multiple pipes located adjacent to walls, columns, or other structural members shall be supported using welded steel wall brackets, where use of steel is allowed, as manufactured by Carpenter and Patterson, Figure No. 69, 84, or 139. B. Where noted, multiple pipes may be supported on C-channel with steel brackets similar to Unistrut pipe clamps; with pipe anchor chairs; or equal. C. Individual pipes, up to 8-in diameter, where noted, may use MSS Type 8 pipe clamps as noted on the Drawings. D. Securely fasten all members to wall, column, etc., using double-expansion shields or other method as approved by the Engineer. Provide additional wall bearing plates as required. 2.11 BASE ANCHOR SUPPORT A. Bend Support: Where pipes change direction from horizontal to vertical via a bend, install a welded or cast base bend support to carry the load. Fasten to the floor, pipe stanchion, or concrete pedestal using expansion anchors or other method as approved by the Engineer. B. Concrete Supports: Where indicated, securely fasten pipe bends to concrete supports with suitable metal bands as required and approved by the Engineer. Isolate piping from poured concrete with a neoprene insert. 2.12 VERTICAL PIPE SUPPORTS A. Where vertical pipes are not supported by a Unistrut type system as specified, they shall be supported in one of the following methods. 1. For pipes 1/4 to 2 inch in diameter, a. Provide extension hanger ring with an extension rod and hanger flange. b. The rod diameter shall be as recommended by the manufacturer for the type of pipe to be supported. C. Where use of steel is allowed, the hanger ring shall be steel- or PVC-clad depending on the supported pipe material of construction. The hanger ring shall be equal to Carpenter&Patterson,Figure Nos. 81. d. Where use of steel is allowed, the anchor flange shall be galvanized malleable iron similar to Carpenter and Patterson, Figure No. 85. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 11 100%Submittal 0515-239525 9/16/20 2. For pipes equal to or greater than 2 inch in diameter, a. extended pipe clamps similar to Carpenter & Patterson, Figure No. 267 may be used. b. Attach hanger to concrete structures using double expansion shields, C. Attach hanger to metal support members using welding lugs similar to Carpenter &Patterson,Figure No. 114. B. Pipe supports shall be provided for closely spaced vertical piping systems required to provide a rigid installation. The interval of vertical support spacing shall be as specified, but in no case shall vertical interval exceed 12 feet. The support system shall consist of a framework suitably anchored to floors, ceilings, or roofs. C. Unless otherwise specified, shown, or specifically approved by the Engineer, vertical runs exceeding 12 feet shall be supported by base elbows/tees, clamps, brackets, wall rests, and pipe collars, all located as required to ensure a rigid installation. D. Pipe riser clamps, per MSS SP58, shall be used to support all vertical pipes extending through floor slabs. Where use of steel is allowed, riser clamps shall be galvanized steel manufactured by: 1. Carpenter&Patterson, Figure No. 128. 2. Anvil,Figure 261. 3. Cooper B-Line,Figure B3373. 4. Or equal. E. Copper-clad or PVC-coated clamps shall be used on copper pipes. Insulation shall be removed from insulated pipes prior to installing riser clamps. Insulation shall not be damaged by clamp installation. 2.13 SPECIAL SUPPORTS A. Framework supports 1. Vertical and horizontal supporting members shall be U-shaped channels similar to Unistrut, Series P1000. Vertical piping shall be secured to the horizontal members by pipe clamps or pipe straps. See pipe clamp and strap requirements. 2. For piping 3 inch and smaller, framework shall be as manufactured by: a. the Unistrut Corporation; b. Power-Strut(or Ackinstrut where fiberglass systems are specified); C. Multi-Strut by Carpenter-Paterson d. or equal. 3. For piping larger than 3 inch, the support frame shall be fabricated from structural stainless steel or steel shapes, depending upon the support location, and secured through the use of drop in, adhesive or expansion anchors. 4. The assemblies shall be furnished complete with all nuts, bolts, and fittings required for a complete assembly including end caps for all Unistrut members. 5. Electrical Conduit Support: Under Division 26. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 12 100%Submittal 0515-239525 9/16/20 6. The design of each individual framing system shall be the responsibility of the Contractor. Submit shop drawings, and show all details of the installation, including dimensions and types of supports. In all instances the completed frame shall be adequately braced to provide a complete rigid structure when all the piping has been attached. B. Supports not otherwise described in this Section shall be fabricated or constructed from standard structural stainless steel or steel shapes in accordance what is shown on the drawings or Unistrut-type frame; have anchor hardware similar to items previously specified herein; shall meet the minimum requirements listed below; and be subject to the approval of the Engineer. C. Additional Pipe Support Situations 1. Supporting Multiple Chemical and Related Piping: a. Location: indicated on Drawings or otherwise required, especially adjacent to chemical pumps. b. Use: framework support. C. Materials: FRP,with proper local stress protection. 2.14 SHOP FACTORY FINISHING A. Prepare and prime metallic(except stainless steel) supports in accordance with Division 09. 2.15 ACCESSORIES A. Insulation Shield: Install on insulated non-steel piping. Oversize the rollers and supports, as required. Manufacturers: 1. Anvil,Figure 167; 2. Cooper B-Line, Series B3151. B. Welding Insulation Saddle: Install on insulated metal pipe. Oversize the rollers and supports, as required. Manufacturers: 1. Anvil,Figure 160; 2. Cooper B-Line, Series B3160 C. Vibration Isolation Pad: Install under base flange of pedestal type pipe supports adjacent to equipment, and where required to isolate vibration. 1. Isolation pads to be neoprene,waffle type. 2. Manufacturers: D. Mason Industries, Type W; 1. Korfund. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 13 100%Submittal 0515-239525 9/16/20 E. Dielectric Barrier 1. Install between carbon steel members and copper or stainless steel pipe. 2. Install between stainless steel supports and non-stainless steel ferrous metal piping. 3. All stainless steel piping shall be isolated from all ferrous materials, including galvanized steel by use of neoprene sheet material and protection shields. F. Electrical Isolation: Install 1/4 by 3 inch neoprene rubber wrap between submerged metal pipe and oversized clamps. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify field dimensions as indicated on Shop Drawings. 3.2 INSTALLATION A. Obtain permission from Engineer before using powder-actuated anchors. B. Obtain permission from Engineer before drilling or cutting structural members. C. Inserts: 1. Install inserts for placement in concrete forms. Before setting inserts, all drawings and figures shall be checked that have a direct bearing on the pipe location. Responsibility for the proper location of pipe supports is included under this Section. 2. Install inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams. 3. Provide hooked rod to concrete reinforcement section for inserts carrying pipe 4 in and larger. 4. Where concrete slabs form finished ceiling, locate inserts flush with slab surface. 5. Where inserts are omitted, drill through concrete slab from below and provide through- bolt with recessed square steel plate and nut above or recessed into and grouted flush with slab. D. Pipe Hangers and Supports: 1. Install according to: ASME B31.3. 2. Support horizontal piping as indicated on Drawings, depending upon pipe size. 3. Install hangers with minimum 1/2 in space between finished covering and adjacent Work. 4. Place hangers within 12 in of each horizontal elbow. 5. Use hangers with 1-1/2 in minimum vertical adjustment. 6. Support horizontal cast iron pipe adjacent to each hub, with 5 ft maximum spacing between hangers. 7. Support vertical piping at every floor. Support vertical cast iron pipe at each floor at hub. 8. Where piping is installed in parallel and at same elevation, provide multiple pipe or trapeze hangers. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 14 100%Submittal 0515-239525 9/16/20 9. Support riser piping independently of connected horizontal piping. 10. Provide copper-plated hangers and supports for copper piping. 11. Design hangers for pipe movement without disengagement of supported pipe. 12. Support piping independently so that equipment is not stressed by piping weight or expansion in piping system. 13. Support large or heavy valves, fittings, and appurtenances independently of connected piping. 14. Provide welded steel brackets where piping is to be run adjacent to building walls or columns. 15. Use beam clamps where piping is to be suspended from building steel. 16. Insulated Piping: Provide two bolted clamps designed to accommodate insulated piping. 17. Use offset clamps where pipes are indicated as offset from wall surfaces. 18. Proceed with installation of piping and supports only after any building structural work has been completed and new concrete has reached its 28-day compressive strength. 19. The installation of pipe support systems shall not interfere with the operation of any overhead bridge cranes,monorails, access hatches, etc.No piping shall be supported from stairs,other pipes, ladders, and walkways unless authorized by the Engineer. 20. Repair mounting surfaces to original condition after attachments are made. 21. Brace horizontal pipe movements by both longitudinal and lateral sway bracing. 22. Where supports are required in areas to receive chemical resistant seamless flooring, install supports prior to application of flooring system. E. Equipment Bases and Supports: 1. Provide housekeeping pads of concrete, minimum 3-1/2 in thick and extending 6 in beyond supported equipment. Using templates furnished with equipment, install anchor bolts and accessories for mounting and anchoring equipment. 2. Construct supports of steel pipe and fittings. Brace and fasten with flanges bolted to structure. 3. Provide rigid anchors for pipes after vibration isolation components are installed. Comply with Section 400513 -Common Work Results for Process Piping. F. Prime Coat: 1. Prime coat exposed steel hangers and supports. 2. Conform to Section 099000-Painting. 3. Hangers and supports located in crawl spaces, pipe shafts, and suspended ceiling spaces are not considered exposed. 3.3 FIELD QUALITY CONTROL A. All pipe support systems shall be tested after installation in conjunction with the respective piping pressure tests. If any part of the pipe support system proves to be defective or inadequate, it shall be repaired, augmented or replaced to the satisfaction of the Engineer. B. After the work is installed, but before it is filled for start-up and testing, the Support System Design Engineer shall inspect the work and shall certify its complete adequacy. Each system shall be inspected and certified in the same way. Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 15 100%Submittal 0515-239525 9/16/20 C. Submit a report, including all field modifications and including all certificates. 1. Insert state where project is located 2. The report shall bear the stamp of a professional engineer registered in State of Texas and shall be subject to the review of the Engineer. END OF SECTION 400507 Westside WTP Plate Settler Expansion Project Hangers and Supports for Process Piping City of Fort Worth 400507- 16 100%Submittal 0515-239525 9/16/20 SECTION 400523 - STAINLESS STEEL PROCESS PIPE AND TUBING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Stainless-steel pipe and fittings. 2. Stainless-steel tube and fittings. 3. Accessories. B. Related Requirements: 1. Section 400506 - Couplings, Adaptors, and Specials for Process Piping: Pipe penetrations, restrained joints, flexible connections, expansion joints and loops, and sleeve-type couplings. 2. Section 400507 - Hangers and Supports for Process Piping: Hangers, anchors, sleeves, and sealing of piping to adjacent structures. 3. Section 400551 - Common Requirements for Process Valves: Common product requirements for valves for placement by this Section. 1.3 COORDINATION A. Section 013100-Project Management and Coordination: Requirements for coordination. B. Coordinate Work of this Section with piping and equipment connections as specified in other Sections and as indicated on Drawings. i 1.4 PREINSTALLATION MEETINGS A. Section 013100 - Project Management and Coordination: Requirements for preinstallation meeting. B. Convene minimum one week prior to commencing Work of this Section. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523- 1 100%Submittal 0515-239525 9/16/20 1.5 ACTION SUBMITTALS A. Section 013300 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit manufacturer information on pipe materials, tube materials, and fittings. C. Shop Drawings: Indicate piping layouts and schedules, with dimensions, fittings, expansion joints, locations of valves and appurtenances, joint details, wall penetration details, methods, types and locations hanger and support, and pertinent technical specifications for all piping to be furnished. Include all data and information required for the complete piping systems. Base all dimensions on the existing equipment. Indicate types and locations of pipe hangers and/or supports on the layouts for each pipe submittal. The Contractor is responsible for accurate dimensioning of piping systems. D. Proposed cleaning method, including pre-cleaning, post-weld cleaning, chemicals to be used, or mechanical descaling method and final cleaning/passivation/pickling. Include the method and schedule for drying the pipe so that it is ready for service as part of the proposed cleaning method. Include the name and qualifications of the firm that will be doing the cleaning. Include the name and qualifications of the independent firm that will be doing the inspection of cleaned pipe. E. Delegated Design Submittals: Submit signed and sealed Shop Drawings with piping layout, with design calculations and assumptions for pipe sizing methods. 1.6 INFORMATIONAL SUBMITTALS A. Source Quality-Control Submittals: Indicate results of factory tests and inspections. B. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. C. Qualifications Statements: 1. Submit qualifications for manufacturer, installer, and licensed professional. 2. Submit manufacturer's approval of installer. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. E. Welder Certificates: Submit welders' certification of compliance with ANSI B31.3, Paragraph 127.5, verifying qualification within previous 12 months, ASME Boiler and Pressure Vessel Code Section IX certifications and American Welding Society(position 6D) certifications. 1.7 CLOSEOUT SUBMITTALS A. Section 017300 -Execution: Requirements for submittals. B. Project Record Documents: Record actual locations of valves, fittings, and appurtenances. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-2 100%Submittal 0515-239525 9/16/20 1.8 QUALITY ASSURANCE A. Permanently mark each length of pipe with manufacturer's name or trademark, and compliance with standards. B. Materials in Contact with Potable Water: Certified according to NSF 61 and NSF 372. C. Furnish all stainless steel pipe and fittings by a single manufacturer, who has a minimum of 5 years continuous and current experience in the manufacture of the items to be furnished. Design, fabricate, construct and install the pipe and fittings in accordance with the best practices and methods and shall comply with this Section. 1.9 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 5 years' documented experience. B. Welders: ASME Boiler and Pressure Vessel Code Section IX and American Welding Society (position 6D qualified within previous 12 months for employed weld types. C. Licensed Professional: Professional engineer experienced in design of specified Work and licensed in State of Texas. 1.10 DELIVERY, STORAGE, AND HANDLING A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. Document and notify Engineer if product is damaged. B. Store materials according to manufacturer instructions. C. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Protect piping and appurtenances by storing off ground. 3. Provide additional protection according to manufacturer instructions. 1.11 AMBIENT CONDITIONS A. Minimum Conditions: Do not store or handle uninstalled lined pipes or fittings at temperatures below zero degrees F. 1.12 EXISTING CONDITIONS A. Field Measurements: Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-3 100%Submittal 0515-239525 9/16/20 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.13 WARRANTY A. Warranty: Manufacturer and Installer agree to repair or replace piping and/or tubing that fail(s) in materials or worlarnanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 SYSTEM DESCRIPTION A. Piping shall be installed in those locations indicated and as required for the complete piping system. B. Provide stainless steel piping for the following systems and conditions: 1. System: Filter Backwash Scour Air a. Fluid: Air b. Pressure: Atmospheric to 15 psig, 25 psi test C. Temperature: Up to 300 deg F 2. System: Instrument/Compressed Air a. Fluid: Air b. Pressure: Atmospheric to 100 psig, 150 psi test C. Temperature: Up to 150 deg F 2.2 STAINLESS-STEEL PIPE AND FITTINGS A. Piping: 1. Type: a. Material: ASTM A778, Type 316 Stainless steel. b. Carbon content of Type 316L material to be 0.03 percent maximum. C. Finish: 2D 2. Schedule: a. 8-inches and smaller: 40S b. 10-inches and larger: IOS 3. Pipe to be die-formed or rolled true to dimension and round. Stainless steel pipe joints to be pickled and passivated. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-4 100%Submittal 0515-239525 9/16/20 4. Dimensions: Comply with ASTM A530, tolerances for length, inside and outside diameter and straightness. 5. Two edges of sheet to be brought to line so as not to leave a shoulder on the inside of the pipe. B. Joints: 1. Type: a. Piping less than 2 inches: socket weld or flanged at equipment as required or shown. b. Piping 2 inches and larger: cut or rolled groove, butt welded or flanged at valves and equipment as required or shown. C. Fittings: 1. Type: a. Piping 1 '/2 Inches and Smaller: grooved, Threaded b. Piping 2 to 2-1/2 Inches: grooved or rolled,Butt welded. C. Piping 3 Inches and Larger: Butt welded. d. Compression fittings 2. Dimensions: Comply with ASTM A312/A312M. 3. Threaded Fittings: a. Comply with ASME B 16.11 and ASTM A 182. b. Grade: Type 316. C. Threads: Comply with ASME B 1.20.1. 4. Butt-Welding Fittings: a. Comply with ASTM A403 (less than 3 inches) and ASTM A774 (3 inches or larger). b. Grade: Type 316L. C. Class: CR; comply with ASME B 16.9 and MSS SP 43. 5. Rolled or cut groove for split ring couplings a. Minimum schedule 20 for cut groove 6. Flanged Fittings: a. Type: Welding neck or Slip on. b. Class: 150. C. Comply with ASTM A182. d. Grade: Type 316L. e. Facing and Drilling: Comply with ASME B16.5. f. Backing Flanges: 1) Material: Stainless steel. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-5 100%Submittal 0515-239525 9/16/20 2) Class: 150. 3) Comply with ASTM A351. 4) Grade: Type 316L. 5) Type: Van stone. 6) Drilling: Comply with ASME B 16.1. g. Bolting: 1) Bolts: Comply with ASTM A320, Grade B8M; hex head. 2) Nuts and Washers: Type 316 Stainless steel. 3) Antisieze compound for stainless steel bolts and nuts to be of molybdenum disulfide base such as Molycoat-G or equal. 7. Flanged Connections: As required to connect stainless-steel piping to fittings and equipment and as indicated on Drawings. D. Gaskets for flanged connections to be a minimum of 1/16-inch thick, full face and to be EPDM rubber, Hypalon, Teflon, BUNA-N, SBR,NBR or Viton and to be selected by the manufacturer based upon the fluid,pressure and temperature specified in Paragraph 2.1 B. E. Ends of pipe and fittings to be perpendicular to the longitudinal axis. F. Longitudinal seams on pipe and fittings to be welded by either tungsten gas or the metallic gas method. G. The interior welds to be smooth, even and not to have an internal bead higher than 1/16-inch. H. All pieces to be marked with gauge and type of stainless steel. I. All stainless steel pipe and fittings to be pickled at the point of manufacture, scrubbed and washed until all discoloration is removed in accordance with ASTM A380. J. Pipe ends to be prepared for couplings or other type ends where required by transport and handling limitations, where required by the support layout requirements and where noted on the drawings. K. Grooving (or built-up ends for Schedule 10s pipe) to be of the coupling manufacturers standard type. 2.3 STAINLESS-STEEL TUBE AND FITTINGS A. Tube: 1. Type: Seamless. 2. Comply with ASTM A269. 3. Grade: Type 316L. 4. Finish: 2B Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-6 100%Submittal 0515-239525 9/16/20 B. Joints: 1. Type: Socket weld, Threaded,Flanged cut or rolled groove C. Fittings: 1. Threaded: a. Comply with ASTM A 182 and ASME B 16.11. b. Grade: Type 316L. C. Threads: Comply with ASME B 1.20,1. d. Materials: ASTM A262,Practice A 2. Butt-Welding Fittings: a. Comply with ASTM A403. b. Grade: Type 316L. C. Class: CR. 3. Socket-Welding Fittings: a. Comply with ASTM A403. b. Grade: Type 316L. C. Class: WP-S. 4. Flanged Fittings: a. Type: Welding neck or Slip on. b. Class: 150. C. Comply with ASTM A182. d. Grade: Type 316L. e. Facing and Drilling: Comply with ASME B16.5,with. f. Backing Flanges: 1) Material: Stainless steel. 2) Class: 150. 3) Comply with ASTM A351. 4) Grade: Type 316L. 5) Type: Van stone. 6) Drilling: Comply with ASME B 16.1. g. Bolting: 1) Bolts: Comply with ASTM A320, Grade B5; hex head. 2) Nuts: ASTM A194, Grade; hex head. 5. Crimp Fittings: a. Material: Cold-drawn stainless steel. b. Grade: Type 316L. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-7 100%Submittal 0515-239525 9/16/20 6. Compression Fittings: a. Material: Stainless steel. b. Comply with ASTM A479. C. Grade: Type 316. d. Pressure Rating: As indicated in piping schedule. 7. Grooved Fittings D. Assemblies to consist of tubing,fittings, and components of one manufacturer. 2.4 ACCESSORIES A. Pipe-Thread Tape: 1. Material: PTFE. 2. Comply with ASTM D3308. B. O-Ring Seals: Rubber and suitable for the material conveyed. C. Flange Gaskets: 1. Comply with ASME B 16.5. 2. Nonmetallic Gaskets: a. Material: Viton GF. b. Comply with ASME B 16.21. 3. Type: a. Raised-Face Flanges: Flat ring. b. Flat-Face Flanges: Full face. D. All instrument shut-off valves and associated fittings to be supplied in accordance with piping specifications and all instrument installation details. Fittings to be compression type by Swagelok Type 316 stainless steel and valves be Whitey Type 316 stainless steel. E. All process connections to instruments to be annealed stainless steel tubing, Type 316. 2.5 SOURCE QUALITY CONTROL A. Provide shop inspection and testing of completed assembly. B. Certificate of Compliance: 1. If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-8 100%Submittal 0515-239525 9/16/20 2. Specified shop tests are not required for Work performed by approved manufacturer. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify that field dimensions are as indicated on Shop Drawings. B. Inspect existing flanges for nonstandard bolt hole configurations or design and verify that new pipe and flange mate properly. 3.2 PREPARATION A. Ream pipe and tube ends and remove burrs. B. Bevel plain-end pipe. C. Thoroughly clean pipe and fittings before installation. D. Flush all pipe with water or other approved fluid to remove all dirt, and foreign material Remove all debris from the pipe, flushing the lowest segment outlet last to assure debris removal. 3.3 INSTALLATION A. Comply with ASME B31.3. B. Run piping straight along alignment as indicated on Shop Drawings, with minimum number of joints. C. Fittings: 1. Clean gasket seats thoroughly, and wipe gaskets clean prior to installation. 2. Install according to manufacturer instructions. 3. Bolting: a. Tighten bolts progressively, drawing up bolts on opposite sides until bolts are uniformly tight. b. Use torque wrench to tighten bolts to manufacturer instructions. D. Provide required upstream and downstream clearances from devices as indicated on Drawings. E. Install piping with sufficient slopes for venting or drainage of liquids and condensate to low points. Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523-9 100%Submittal 0515-239525 9/16/20 F. Support exposed piping as specified in Section 400507 - Hangers and Supports for Process Piping. G. Provide expansion joints as specified in Section 400506 - Couplings, Adaptors, and Specials for Process Piping, and pipe guides as specified in Section 400507 - Hangers and Supports for Process Piping,to compensate for pipe expansion due to temperature differences. H. Dielectric Fittings: Provide between dissimilar metals. I. Field Cuts: According to pipe manufacturer instructions. J. Field welding is not permitted. 3.4 TOLERANCES A. Piping Laying Tolerance: 5/8 inch. 3.5 FIELD QUALITY CONTROL A. Inspection: 1. Inspect for damage to piping or tubing that may be detrimental as determined by the Engineer. 2. Repair damaged piping, or provide new, undamaged pipe. 3. After installation, inspect for required supports and anchoring, interferences, and damage to pipe, tube, or fittings. B. Pressure Testing: As indicated on piping schedule. C. Repair pipe or fittings with mortar cracks wider than 1/16 inch. 3.6 CLEANING A. Conduct final cleaning of piping furnished and installed under this Section after successful pressure testing has been performed. B. After installation, the interior of pipelines shall be cleaned with steam or hot water to remove any foreign material picked up during transporting or installation. C. The exterior of pipelines shall be cleaned with Oakite deoxidizer or similar deoxidizer as recommended by the pipe manufacturer to remove all foreign matter, construction and painting stains and shop markings. D. Provide submittal on proposed cleaning regime. END OF SECTION 400523 Westside WTP Plate Settler Expansion Project Stainless Steel Process Pipe and Tubing City of Fort Worth 400523- 10 100%Submittal 0515-239525 9/16/20 SECTION 400524 - STEEL PROCESS PIPE PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Steel pipe. 2. Cement-mortar-lined steel pipe. 3. Internally coated steel pipe. 4. Fittings. 5. Accessories. B. Related Requirements: 1. Section 099100 "Painting and Coating" for finishes as specified by this Section. 2. Section 331300 'Disinfecting of Water Utility Distribution" for disinfection requirements for potable-water systems. 3. Section 400506 "Couplings, Adapters, and Specials for Process Piping" for pipe penetrations, restrained joints, flexible connections, expansion joints and loops, and sleeve-type couplings. 4. Section 400507 "Hangers and Supports for Process Piping" for hangers, anchors, sleeves, and sealing of piping to adjacent structures. 5. Section 400551 "Common Requirements for Process Valves" for common product requirements for valves for placement by this Section. 1.3 COORDINATION A. Coordinate Work of this Section with piping and equipment connections specified in other Sections and indicated on Drawings. 1.4 ACTION SUBMITTALS A. Product Data: Submit manufacturer information regarding pipe and fittings. B. Shop Drawings: Indicate layout of piping systems, including equipment, critical dimensions, sizes, and material lists, locations of all expansion joints, supports, anchors, harnessing, valves, etc. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524- 1 100%Submittal 0515-239525 9/16/20 C. Complete schedule of all components included in the pipeline drawings, indicating the materials and schedule member of thickness of all pipe, the materials and class of all fittings and valves. D. Details of pipe coating,wrapping, lining, and painting. 1.5 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. B. Welder Certificates: Submit welders' certification of compliance with ASME BPVC Section IX or AWS D1.1/D1.1M,verifying qualification within previous 12 months. C. Source Quality-Control Submittals: Indicate results of factory tests and inspections and provide required certifications including certified materials test reports indicating physical and mechanical properties and heat treatment for all piping components. D, Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. E. Qualifications Statements: 1. Submit qualifications for manufacturer, installer, and licensed professional. 2. Submit manufacturer's approval of installer. 1.6 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of piping, valves and other appurtenances, connections, and centerline elevations. B. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.7 QUALITY ASSURANCE A. Permanently mark each length of pipe with manufacturer's name or trademark and indicate conformance to standards. B. Materials in Contact with Potable Water: Certified according to NSF 61 and NSF 372. C. All steel pipe and fittings to be furnished by manufacturers who are fully experienced,reputable and qualified in the manufacture of the items to be furnished. The equipment to be designed, constructed and installed in accordance with the best practices and methods and to comply with these Specifications as applicable. The steel pipe manufacturer to be certified by SPFA or ISO 9001 for steel pipe manufacturing or fabricating. D. Steel pipe and fittings to conform to all applicable standards of ASTM, ANSI and AWWA. E. Maintain one copy of each standard affecting Work of this Section on Site. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-2 100%Submittal 0515-239525 9/16/20 F. Roll or permanently inscribe the manufacturer's name or trademark, the year of manufacture and the ASTM or API specification number on the pipe surface at the manufacturer's plant. Alternately, stencil the manufacturer's name or trademark, year of manufacture and ASTM or API specification number on the pipe surface. Pipe 1-1/2 inches and less in nominal diameter shall be bundled and tagged. G. Utilize only certified welders, having current certificates conforming to the requirements of the ASME code to perform all welding on steel pipes. Welders to be qualified under the requirements of Section IX Welding Qualifications, of the ASME Boiler and Pressure Vessel Code. H. The Engineer reserves the right to perform shop inspections of the manufacture of the pipe. Provide at least 30 days' notice to the Engineer prior to the beginning of any work so that inspection may be arranged. Furnish all facilities required for the inspection of materials and workmanship in the shop. 1. Inspection may include, welding inspection, review of certified material test reports, traceability check, and witness of assembly and fit-up. Prior- to manufacture, the pipe fabricator shall supply the following information on suppliers of plate, piping, and other components: Items furnished, company name and address, contact name, telephone and fax number. The Engineer reserves the right to visit any or all of the suppliers and conduct inspections at their facilities. 2. The inspector has the authority to reject any material or work that does not meet the requirements of the Contract Documents. 3. Inspection at the shop is intended as a means of facilitating the work and avoiding errors. Shop inspection does not relieve the Contractor from the responsibility for furnishing proper materials or workmanship. 4. The costs of all welding supervision and inspections and tests will be borne by the Contractor. The Contractor will engage inspectors to inspect welded connections and to perform tests and prepare test reports. Perform non-destructive testing as required by the specification under which the pipe is manufactured. 5. Correct or reweld and retest deficient welds at the Contractor's expense and to the satisfaction of the Engineer and/or an acceptable independent testing lab. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five years' documented experience. B. Installer: Company specializing in performing Work of this Section with minimum five years' documented experience. C. Welders: AWS or ASME qualified within previous 12 months for employed weld types. D. Licensed Professional: Professional engineer experienced in design of specified Work and licensed at Project location in State of Texas. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-3 100%Submittal 0515-239525 9/16/20 1.9 DELIVERY, STORAGE, AND HANDLING A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. B. Store materials according to manufacturer instructions. C. Protection: 1. Protect materials from moisture and dust by storing in clean, diy location remote from construction operations areas. 2. Protect piping and appurtenances by storing off ground. 3. Provide additional protection according to manufacturer instructions. 1.10 AMBIENT CONDITIONS A. Section 015000 "Temporary Facilities and Controls" for requirements for ambient condition control facilities for product storage and installation. B. Minimum Conditions: Do not store or handle uninstalled lined pipes or fittings at temperatures below zero degrees F. 1.11 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.12 WARRANTY A. Warranty: Manufacturer and Installer agree to repair or replace piping that fail(s) in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 STEEL PIPE AND FITTINGS A. General Service Piping(up through 3-inch diameter): 1. Comply with ASTM A53; Grade B. 2. Type: Seamless, electro-resistance welded or furnace-welded. 3. Schedule: 40. 4. Finish: Hot-dip galvanized. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-4 100%Submittal 0515-239525 9/16/20 B. Water Piping: 1. Comply with AWWA C200 (compliance required for all piping 6-inch diameter and larger). 2. Water Temperature: 95 deg F maximum, 32.5 deg F minimum. 3. Type: Fabricated pipe. 4. Minimum Schedule or Wall Thickness: a. Pipe Diameter 12 Inches and Smaller: Schedule 40, nominal O.D. of pipe b. Pipe Diameter 14-24 inches (Nominal Size): Equal to the actual clear diameter from mortar lining surface to mortar lining surface. C. Pipe diameter 30 Inch and larger (Nominal Size): Equal to the actual clear diameter from mortar lining surface to mortar lining surface. d. Steel pipe wall thickness: Meet performance and pressure ratings specified herein in accordance with the provisions of AWWA Manual M-11. Minimum wall thickness shall be 0.375 inch. e. Pipe shall have double wall thickness at slab and wall penetrations. 5. Minimum yield strength of 42,000 psi, fusion welded in accordance with the Code for Pressure Piping,ASME B31.1,to develop full plate strength. 6. Dimensions for steel pipe in accordance with ANSI/ASME 1336.10M. Pipe fabricated with straight-seam welds or spiral-seam welds. Straight seam pipe will have not more than two longitudinal butt-welded seams. Girth seams butt welded and not be closer than 6 feet apart except in specials and fittings. Spiral lap welded steel pipe is not allowed. 7. Provide pipe in lengths of approximately 20 feet. 8. Fabricated Fittings and Special Sections: a. Comply with AWWA C208. b. Applies to fittings 24 inches and larger C. Fittings reinforced in accordance with AWWA Manual M-11; crotch plates will not be allowed — in such cases where crotch plates are necessary fittings shall be designed in accordance with ASME Boiler Pressure Vessel code. d. Minimum radii of centerlines of bends: 1.5 times nominal pipe diameter unless otherwise Shown on the Drawings. a. Fabricate fittings 24 inches and larger in accordance with the Code for Pressure Piping,ASME B31.1 and as specified herein. b. The minimum radii of the centerlines of bends: 1.5 times the nominal pipe diameter unless shown otherwise on the Drawings. C. Provide not less than the following number of bend segments in the included angle between the point of tangency of the bend and connecting straight pipe: Bend Number of Full Segments Number of Part Segments 75—90 deg. 4 2 60—74 deg. 3 2 45—59 deg. 2 2 30—44 deg. 1 2 0—29 deg. 0 2 Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-5 100%Submittal 0515-239525 9/16/20 1) Full segments: consist of sections with ends cut to form included angles of 15 degrees; 2) Part segments: consist of sections up to 7-1/2 degrees. A 90 degree bend requires four 15 degree segments, two 7-1/2 degree segments at the ends of the fitting and one additional 15 degree segment. A 45-degree bend requires two 15 degree segments and two 7-1/2 degree segments. 9. Flanges: a. Flanged joints for steel pipe: 1) Slip-on welding type with hubs meeting the requirements of ASME B16.5, or 2) Butt welded welding neck flanges meeting the requirements of ASME B16.5. b. Flanged joints for steel water pipe conform to AWWA C207. c. Slip-on flanges welded to the steel pipe at the hub and at the pipe end in conformance with the Code for Pressure Piping,ASME B31.1. d. Flanges flat faced for connections to cast iron valves, fittings, and equipment. Raised face flanges to be provided to connections to adjacent steel pipe and fittings. C. Blind flanges -in accordance with ASME B 16.5 flat faced. f. Companion flanges - where flanged connections are indicated or otherwise required on pipe 2-in or less for connection to flanged valves, fittings and appurtenances. g. Steel companion flanges use threaded steel nipples, 150 lb ANSI Standard flat face flanges of the threaded type. Flanges to be spot faced on the back around each bolt hole. h. Hot-dip galvanize all flanges for galvanized pipe. i. Use steel 150 pound welding flanges for assembly with Class 125 cast iron flanged fittings, valves, and equipment. Use steel 300 pound flanges for assembly with Class 250 cast iron flanged fittings, valves, and equipment. Use AWWA Class B steel hub flanges for assembly with 25 pound cast iron flanged fittings. j. Flanged joints to be made with bolts or bolt studs with a nut on each end. Use Stud bolts for all bolting sizes 1-3/4 inches and larger. k. Bolts, stud bolts, and nuts to meet the requirements of ASTM A193 Grade B7, zinc-coated. 1. Bolts and stud bolts conform to the dimensional requirements of ASME B 18.2.1 with rolled threads conforming to ASME B1.1, Coarse Series, Class 2 fit. Bolts and stud bolts and nuts to be of American Standard heavy unfinished hexagonal type. Bolts will be provided with a 1/4-inch projection beyond the nut when the joint with gasket is assembled. In. Bolt length to provide a 1/4-inch projection beyond the nut when joint with gasket is assembled. 10. Flange gaskets: a. Ring type gaskets for pipe larger than 12 inches diameter, and full-face gaskets for pipe sizes 12 inches diameter and smaller. Gasket dimensions conform to the Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-6 100%Submittal 0515-239525 9/16/20 requirements of ASME B 16.21,unless specified otherwise. Gaskets to be as thin as the finish and accuracy of the flange surface will permit. 1) For general water service, rubber/elastomer gaskets will be EPDM NSF61 certified material, 1/8-inch-thick, rated for the fluid temperature of upto 120 F, 200 psig pressure, and meet the requirements of AWWA C207 2) Gasket material will be specifically recommended for the service by the gasket manufacturer and as approved by the Engineer. 11. Field Welding Materials: Comply with AWWA C206. C. Joints: 1. Description: Butt welded, Flanged or Mechanical coupling; harnessed for high-pressure service. 2. Joints for steel pipe two inches diameter and less will be screwed joints with clean cut threads conforming to the American Standard for Pipe Threads, as specified below. Screwed joints to be made up with good quality thread compound, suitable for the intended service, applied to the make thread only. 3. Joints for steel piping larger than two-inch diameter will be butt, socket or slip-on welded flanges. D. Fittings: 1. Type: a. Piping 2 Inches and Smaller: Threaded. b. Piping 2-1/2 Inches and Larger: Welded or flanged. 2. Dimensions: Comply with ASME 1336.10M. 3. Flanged Connections: As required to connect steel piping to fittings and equipment. 4. Threaded Fittings: a. Class: 150. b. Malleable Iron: 1) Comply with ASTM A47 and ASME B16.3. 2) Type: Black; banded. Comply with FS WWP-521, Type 1 for use with black steel pipe and Type 2 for use with galvanized steel pipe. C. Forged Steel: 1) Comply with ASTM A105,ASTM A858 and ASME B16.11. 2) Threads: Comply with ASME B 1.20.1. 5. Rigid Steel Couplings: Comply with ASTM A865. 6. Butt-Welding Fittings: a. Comply with ASME B16.9. b. Class: 150. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-7 100%Submittal 0515-239525 9/16/20 C. Where welding fittings are approved for assembly in cement lined pipelines, fittings to be provided with a plain end, grooved end or shouldered end section welded on each end of the fitting and assembled with sleeve-type, groove type, or shoulder-end couplings as required. Long tangent welding fittings may be substituted for welded-on spool piece fittings provided they can accommodate the flexible pipe couplings. 7. Socket-Welding Fittings (applies to pipe 3-inch diameter and smaller): a. Comply with ASTM A105, Grade 2 and ASME B 16.11. b. Class: 150. C. Fittings rated at 2000 pounds minimum. d. Socket welding fittings welded in conformance with the applicable provisions of the Code for Pressure Piping,ASME B31.1. 8. Flanged Fittings: a. Cast Iron: Comply with ASME B 16.1. b. Class: 150. C. Steel flanged fittings to utilize forged steel slip-on flanges. Fittings will be Class 125 and Class 250 fittings conforming to the requirements of ASME B16.5, 150 pound or 300 pound, respectively as specified, except flanges that are flat faced. Provide Class 125 fittings conforming to AWWA C207, Class B. d. Cast steel flanged fittings to be assembled with forged steel flanges of the same pressure rating, conforming to ASME B 16.5. e. Facing and Drilling: 1) Comply with ASME B 16.5. 2) Type: Flat face. f. Backing Flanges: 1) Material: Cast steel. 2) Comply with ASTM A216. 3) Class: 150. 4) Type: Van stone. 5) Drilling: Comply with ASME B 16.1. g. Fasteners: 1) Bolts: Comply with ASTM A193; Grade B7,hex head. 2) Nuts: Comply with ASTM A194; Grade 2H; hex head. 3) Cast-Iron Mating Flange on Valves or Equipment: a) Bolts: Comply with ASTM Al93, Grade 137; hex head. b) Nuts: Comply with ASTM A194; Grade 137; hex head. 4) Washers: Constructed of same material as bolts. 9. Mechanical Couplings: Comply with AWWA C606. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-8 100%Submittal 0515-239525 9/16/20 10. Unions: a. Piping 2 Inches and Smaller: Threaded. b. Piping 2-1/2 Inches and Larger: Threaded or flanged. E. Flange insulating kits between all dissimilar metals, above-grade/sub-grade transitions and where otherwise noted. 1. Flange insulating kits to be installed within 6 months of the date of manufacture of all components. 2. Do not store insulating flange gaskets, sleeves, or washers under direct sunlight or at temperatures exceeding 110 degrees F. 3. Insulating gaskets to be full-face, Type E with an EPDM O-ring seal. Minimum total gasket thickness of 1/8 inch. The gasket is to have the same outside diameter as the pipe flange. The gasket inside diameter is to be equal to the inside diameter of the pipe's steel cylinder. The complete assembly to have a pressure rating equal to or greater than that of the joint and pipeline. The gasket material to be resistant to intended chemical exposure, operating temperatures and pressures in the pipeline. Insulating sleeves to be one-piece, full-length, Mylar or NEMA G 10 fiberglass reinforced epoxy with a minimum thickness of 1/8 inch. 4. Insulating washers to be NEMA G10 fiberglass reinforced epoxy. 2.2 BURIED STEEL PIPE EXTERIOR LINING A. Fusion-bonded epoxy coating. B. Comply with AWWA C213. 2.3 CEMENT-MORTAR-LINED STEEL PIPE AND FITTINGS A. Comply with AWWA C205. B. Shop-apply lining after fabrication and before installation. Apply seal coat. C. Cement: Type II or Type IIN modified and per ASTM C150. D. Aggregate: 1. Material: Silica sand. 2. Comply with ASTM C33. E. Water: Clean with no organic matter or strong alkalis. F. Liner Thickness: Comply with AWWA C205. G. In the shop, clean and uniformly line interior surfaces of all steel pipe, fittings, and specials with cement mortar applied centrifugally per AWWA C205. 1. Minimum under tolerance: 1/16 inch. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-9 100%Submittal 0515-239525 9/16/20 2. Maximum over tolerance: 1/8 inch. 3. Wire mesh reinforcement: Used in united mortal lining of fittings and specials. H. Internal linings and coatings for potable water lines and appurtenances must meet NSF/ANSI 61. I. Non-Shrink Grout Employed in the Interior Joints: Masterflow 713 grout by Master Builders or equal. 2.4 POLYURETHANE COATING SYSTEM FOR BURIED PIPING A. Per AWWA C222 standard requirements and tests,unless specified otherwise below. B. Shop applied, fast setting, less than 1 percent solvent, by volume, 100 percent solids, non- extended, polyurethane, or polyurethane/polyurea pipeline coating suitable for application to steel water pipe conveying potable water. C. Minimum Dry Film Thickness: 3.5 mil(MDFT). D. Coating System: Standard products of a recognized coating manufacturer regularly engaged in production of this type of product for a minimum of 5 years. Specific coating type must have a 3-year product history in similar type applications. E. Acceptable suppliers: 1. Chemline Incorporated. 2. Futura Coatings, Inc. 3. Carboline. 4. Approved equal. F. Surface Preparation and Coating Application Procedures: Per AWWA C222 and include a clean and abrasive blast of the pipe surface to a white metal blast condition per SSPC-SP-5. 1. Minimum Anchor Pattern Depth: 3 mils 2. Maximum Anchor Pattern Depth: 5 mils. G. Final Colors: Selected by Owner from a submitted range of available color samples or chips. H. Factory-Applied Coating: Minimum adhesion of 15,000 psi. I. Polyurethane Application: Temperature and Humidity controlled and contamination free per AWWA C222, applicable ASTM standards, and as recommended by the coating manufacturer. I. Apply coating in enclosed buildings sheltered from snow, rain, wind, or adverse weather conditions. J. Manufacturer's Recommended Repair Kits: For field and factory touch-up repairs. Approved for potable water contact. 1. Repair kit material: Different color than original material to aid inspection and testing. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524- 10 100%Submittal 0515-239525 9/16/20 K. Adequate Field Coating Repair Training: Will provided and is subject to approval by the Engineer. Major repairs, including any area larger than 3 inches in any direction,will require the use of heat shrink sleeves or by abrasive blasting to bare metal and repaired with original spray applied coating material. 2.5 FINISHES A. Coat machined faces of flanges with temporary rust-inhibitive coating. B. Prepare piping for field finishes as specified in Section 099100"Painting." 2.6 ACCESSORIES A. Pipe-Thread Tape: 1. Material: PTFE. 2. Comply with ASTM D3308. 2.7 SOURCE QUALITY CONTROL A. Testing: 1. Provide shop inspection and testing of completed pipe sections. 2. Conduct 15,000-V minimum electrostatic spark test on each plastic-lined pipe to ensure integrity of plastic liner. 3. Test thermal shock resistance of glass-lined pipe according to ASTM C600. B. Owner Inspection: 1. Make completed pipe sections available for inspection at manufacturer's factory prior to packaging for shipment. 2. Notify Owner at least seven days before inspection is allowed. C. Owner Witnessing: 1. Allow witnessing of factory inspections and test at manufacturer's test facility. 2. Notify Owner at least seven days before inspections and tests are scheduled. D. Certificate of Compliance: 1. If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. 2. Specified shop tests are not required for Work performed by approved manufacturer. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524- It 100%Submittal 0515-239525 9/16/20 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that field dimensions are as indicated on Shop Drawings. B. Inspect existing flanges for nonstandard bolt-hole configurations or design and verify that new pipe and flange mate properly. 3.2 PREPARATION A. Ream ends of threaded pipes and file smooth. B. Thoroughly clean pipe and fittings before installation. C. Surface Preparation: 1. Touch up shop-primed surfaces with primer as specified in Section 099100"Painting." 2. Solvent-clean surfaces that are not shop primed. 3. Clean surfaces to remove loose rust, mill scale, and other foreign substances by commercial sand blasting; SSPC-SP 6. 4. Prime surfaces as specified in Section 099100"Painting." 3.3 INSTALLATION A. According to ASME B31.3 and AWWA M11. B. Run piping straight along alignment as indicated on Shop Drawings, with minimum number of joints. C. Fittings: 1. Clean gasket seats thoroughly and wipe gaskets clean prior to installation. 2. Install fittings according to manufacturer instructions. 3. Bolts: a. Determine torque per AWWA M11. b. Tighten bolts progressively, drawing up bolts on opposite sides until bolts are uniformly tight. C. Use torque wrench to tighten bolts to manufacturer instructions. d. Project 1/4-inch beyond the nut when joint with gasket is assembled. D. Install cement-lined fabricated fittings with flexible pipe couplings. E. Provide required upstream and downstream clearances from devices as indicated on Shop Drawings. F. Install piping with sufficient slopes for venting or draining liquids and condensate to low points. Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524-12 100%Submittal 0515-239525 9/16/20 G. Support exposed piping as specified in Section 400507 "Hangers and Supports for Process Piping." Where temporary supports are used during construction,provide sufficient strength and rigidity to prevent shifting or distortion of the pipe. H. Provide expansion joints as specified in Section 400506 "Couplings, Adapters, and Specials for Process Piping," and provide pipe guides as specified in Section 400507 "Hangers and Supports for Process Piping,"to compensate for pipe expansion due to temperature differences. I. Disinfection: Disinfect potable-water piping as specified in Section 331300 "Disinfecting of Water Utility Distribution." J. Dielectric Fittings: Provide between dissimilar metals. K. Finish primed surfaces as specified in Section 099100"Painting." L. When required, cut pipe by machine in a neat workmanlike manner without damage to the pipe. Cut ends to be smooth and at right angle to the axis of the pipe. Clean all steel pipe thoroughly before installation including smoothing and cleaning interior and exterior cut ends. All uncoated pipes to be placed on end and hannnered to remove scale and loose particles. Repair lining damage to the satisfaction of the Engineer before the pipe is installed. M. Welding of steel butt-welding fittings, steel fabricated fitting and steel pipe to be in strict conformity with the Code for Pressure Piping, ASME B31.1, Section 6 and its Supplements. Submit Certificates of qualifications of current issue, conforming to the requirements of the Code to the Engineer before proceeding with any pipe welding. Use backing rings of carbon steel with spacer nubs that strike-off or melt with the weld for all pipe welding butt joints unless otherwise specified. N. Perform field welding of cement mortar lined steel pipe only where approved and in accordance with AWWA C206. Use flanged or other approved joints not approved for field welding. 1. Machine cut the ends of the lined pipe for pipe-to-pipe joints to provide an approximate bevel of 27-1/2 degrees. Ends may be chipped provided there is no damage to the cement lining, cleaned of scale, rust, oil and other foreign matter. Where fittings already having a bevel of 37-1/2 degrees are to be welded to pipe, pipe ends to be beveled to a 17-1/2 degree angle, malting a total angle of bevel between joints of approximately 55 degrees. A 1/8-inch land to be provided where possible. 2. Pipe ends to be joined will be approximately 1/32 inch apart before tacking. Backing rings will not be used at welded joints in cement mortar lined pipe. Small tack welds to be made using a 1/8-inch electrode. The first bead or layer of welding laid by bridging across from bevel to bevel at the bottom of the groove just at the top of the land. A suitable crown reinforcement layer to be made on the top of the joint to finish off. 3. Direct current(DC)will be used for welding,with the base material on the negative side. 4. The first pass will be a stringer bead using a 1/8-inch electrode with a current of 80 to 90 amperes at 50 to 55 Volts. The second and succeeding passes to be woven beads using a 1/8-inch electrode and a current of 90 to 100 amperes at 55 to 58 Volts. All passes to be made slowly and with care not to burn through the land or the shoulder into the lining of the pipe. The joint will not be hotter than 100 deg. F. For large size pipe, a 5/32-inch electrode may be used,provided the temperature of the joint is held within 100 deg. F. 5. No stress relieving of welded joints is necessary unless the pipe wall thickness warrants it. After the weld is completed, the joints in the lining will be filled with a special Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524- 13 100%Submittal 0515-239525 9/16/20 compound of a wet slurry mix of the same cement used for the lining. Where accessible from the end of the pipe, the welded joint is to be swabbed with cement using a paint brush thoroughly wetted with the cement slurry. 6. Defects causing leaks in welded joints will be repaired by welding without damaging the cement lining using procedures similar to that specified hereinbefore. O. Finished welds to be examined as required by AWWA C206. 3.4 TOLERANCES A. Section 014000 "Quality Requirements" for requirements for tolerances. B. Circumferential deflection of all pipe in-place: not to exceed 2.0 percent of the pipe diameter. C. Install pipe within tolerance of 5/8 inch. 3.5 FIELD QUALITY CONTROL A. Section 014000 "Quality Requirements" for requirements for inspecting and testing. B. Inspection: 1. Inspect for damage to pipe lining or coating and for other defects that may be detrimental as determined by Architect/Engineer. 2. Repair damaged piping or provide new, undamaged pipe. 3. After installation, inspect for proper supports and interferences. C. Pressure Testing: 1. Test Pressure: 150 percent of maximum operating design pressure. 2. Conduct hydrostatic test for minimum two hours with no drop in pressure and no leaks. 3. Filling: a. Slowly fill with water section to be tested and expel air from piping at high points. b. Install corporation cocks at high points. C. Close air vents and corporation cocks after air is expelled. d. Raise pressure to specified test pressure. 4. Observe joints, fittings, and valves under test. 5. Remove and renew cracked pipe,joints, fittings, and valves showing visible leakage and retest. 6. Leakage: a. Correct visible deficiencies and continue testing at same test pressure for additional two hours to determine leakage rate. b. Maintain pressure within plus or minus 5 psi of test pressure. C. Leakage is defined as quantity of water supplied to piping necessary to maintain test pressure during period of test. d. Compute maximum allowable leakage by following formula: Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524- 14 100%Submittal 0515-239525 9/16/20 1) L=SD x sgrt(P)/C. 2) L=testing allowance in gph. 3) S =length of pipe tested in feet. 4) D=nominal diameter of pipe in inches. 5) P=average test pressure during hydrostatic test in psig. 6) C= 148,000. 7) When pipe under test contains sections of various diameters, calculate allowable leakage from sum of computed leakage for each size. e. If test of pipe indicates leakage greater than allowed, locate source of leakage, make corrections, and retest until leakage is within allowable limits. f. Correct visible leaks regardless of quantity of leakage. D. Replace pipe or fittings with mortar cracks wider than 1/16 inch. 3.6 CLEANING A. Keep pipe interior clean as installation progresses. B. After installation, clean pipe interior of soil, grit, loose mortar, and other debris. END OF SECTION 400524 Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524- 15 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Steel Process Pipe City of Fort Worth 400524- 16 100%Submittal 0515-239525 9/16/20 SECTION 400531 -THERMOPLASTIC PROCESS PIPE PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. PVC pipe. 2. PVC tube. 3. CPVC pipe. 4. Fittings. 5. Accessories for plastic piping. B. Related Requirements: 1. Section 331300 "Disinfecting of Water Utility Distribution" for disinfection requirements for potable-water systems. 2. Section 400506 "Couplings, Adapters, and Specials for Process Piping" for pipe penetrations, restrained joints, flexible connections, expansion joints and loops, and sleeve-type couplings. 3. Section 400507 "Hangers and Supports for Process Piping" for hangers, anchors, sleeves, and sealing of piping to adjacent structures. 4. Section 400551 "Common Requirements for Process Valves" for common product requirements for valves for placement by this Section. 1.3 COORDINATION A. Section 013100 "Project Management and Coordination": Requirements for coordination. B. Coordinate Work of this Section with piping and equipment connections specified in other Sections and indicated on Drawings. 1.4 PREINSTALLATION MEETINGS A. Convene minimum one week prior to commencing Work of this Section. 1.5 ACTION SUBMITTALS A. Product Data: Submit manufacturer's catalog information regarding pipe and fittings. Westside WTP Plate Settler Expansion Project Thermoplastic Process Pipe City of Fort Worth 400531 - 1 100%Submittal 0515-239525 9/16/20 B. Shop Drawings: Indicate layout of piping systems, including equipment, critical dimensions, sizes,materials lists, location of all fittings,valves, and in-line accessories. 1.6 DELEGATED DESIGN SUBMITTALS A. Delegated Design Submittals: Submit signed and sealed Shop Drawings with design calculations and assumptions for pipe sizes and sizing methods,unless pipe sizes and ratings are already indicated on Drawings. 1.7 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. B. Manufacturer's recommended butt fusion welding procedures identifying all quality control checks during the fusion procedure including the minimum and maximum allowable bead formation during the heat soak process and the final weld roll back process for the various size pipes. C. Manufacturer to provide a sample joint for each size pipe to be supplied that is 12-in long and has two heat fusion welds that identifies the manufacturer's minimum and maximum allowable bead thicknesses. Provide documentation that the sample was pressure tested to 150 psi or the specified pressure. D. Source Quality-Control Submittals: Indicate results of shop tests and inspections. E. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. F. Qualifications Statements: I. Submit qualifications for manufacturer,installer, and licensed professional. 2. Submit manufacturer's approval of installer. 1.8 SUSTAINABLE DESIGN SUBMITTALS A. Manufacturer's Certificate: 1. Certify that products meet or exceed specified sustainable design requirements. 2. Materials Resources Certificates: a. Certify source and origin for salvaged and reused products. b. Certify recycled material content for recycled content products. C. Certify source for regional materials and distance from Project Site. B. Product Cost Data: 1. Submit cost of products to verify compliance with Project sustainable design requirements. 2. Exclude cost of labor and equipment to install products. Westside WTP Plate Settler Expansion Project Thermoplastic Process Pipe City of Fort Worth 400531 -2 100%Submittal 0515-239525 9/16/20 3. Provide cost data for following products: a. Salvaged,refurbished, and reused products. b. Products with recycled material content. C. Regional products. 1.9 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of piping, valves and other appurtenances, connections, and centerline elevations. B. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.10 QUALITY ASSURANCE A. Permanently marls each length of pipe with manufacturer's name or trademark and indicate conformance to standards. B. Materials in Contact with Potable Water: Certified according to NSF 61. C. Maintain one copy of each standard affecting Work of this Section on Site. 1.11 QUALIFICATIONS A. Manufacturer: Company listed with the Plastic Pipe Institute as meeting the recipe and mixing requirements of the resin manufacturer for the resin used to manufacture each of the respective thermoplastic pipe systems. B. Installer: Company specializing in performing Work of this Section with minimum three years' documented experience and approved by manufacturer. C. Licensed Professional: Professional engineer experienced in design of specified Work and licensed in State of Texas. 1.12 DELIVERY, STORAGE, AND HANDLING A. Inspection: 1. Accept materials on Site in manufacturer's original packaging and inspect for damage. 2. Manufacturer's Packaging: Comply with ASTM D3892. B. Storage: Store materials according to manufacturer instructions. C. Protection: 1. Protect materials from puncture, abrasion,moisture, dust, and UV by storing in clean, dry location remote from construction operations areas. Westside WTP Plate Settler Expansion Project Thermoplastic Process Pipe City of Fort Worth 400531 -3 100%Submittal 0515-239525 9/16/20 2. Protect piping and appurtenances by storing off ground. 3. Provide additional protection according to manufacturer instructions. 1.13 AMBIENT CONDITIONS A. Minimum and Maximum Temperatures: Do not install pipe when temperature is below 32.5 degrees F or above 95 degrees F if pipe is exposed to direct sunlight. B. UV Protection: Provide pipe installed above ground or outside with UV protection. 1.14 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. PART 2 -PRODUCTS 2.1 PVC PIPE, TUBE, AND FITTINGS A. PVC Pipe and Fittings: 1. Pipe and Fittings: a. Comply with ASTM D1785, Class 12454. b. Schedule: 80. C. Fittings: ASTM D2467, Schedule 80, socket. 2. Joints: ASTM D2855, socket, solvent welded. 3. Flanges: Comply with ASME B 16.5, rated for maximum 150 psig working pressure. 2.2 CPVC PIPE AND FITTINGS A. Description: 1. Pipe: a. Comply with ASTM F441 b. Schedule: 80. 2. Fittings: a. Flanges: Comply with ASME B 16.5; rated for a maximum 150 psig working pressure. b. Socket Type: Comply with ASTM F439, Schedule 80. Westside WTP Plate Settler Expansion Project Thermoplastic Process Pipe City of Fort Worth 400531 -4 100%Submittal 0515-239525 9/16/20 3. Joints: Socket welded. 4. Materials: a. Comply with ASTM D 1784. b. Minimum Cell Classification: 23447. 5. Van Stone flanges shall not be used with pinch valves, industrial butterfly valves; elastomer bellows style expansion joints or other piping system components having an elastomer liner(rubber seat)that is used as a gasket. 2.3 FINISHES A. Coat machined faces of metallic flanges with temporary rust-inhibitive coating. 2.4 ACCESSORIES A. PVC Piping: 1. Flange Bolting: a. Hex-Head Bolts: Stainless steel; ASTM F593 Grade 316. b. Hex-Head Nuts: Stainless steel; ASTM F594 Grade 316 2. Flange Gaskets: a. Type: Full faced. b. Material: EPDM. C. Comply with ASME B 16.21. 3. Push-On Joint Seals: a. Material: EPDM. b. Comply with ASTM F477. 4. Solvent Cement: a. Comply with ASTM D2564. b. Formulated for use with sodium hypochlorite and other caustic solutions. C. Primers: Comply with ASTM F656. B. CPVC Piping: 1. Flange Bolting: a. Hex-Head Bolts: Stainless steel; ASTM F593 Grade 316. b. Hex-Head Nuts: Stainless steel; ASTM F594 Grade 316. Westside WTP Plate Settler Expansion Project Thermoplastic Process Pipe City of Fort Worth 400531 -5 100%Submittal 0515-239525 9/16/20 2. Flange Gaskets: a. Type: Full faced. b. Material: EPDM. C. Comply with ASME B 16.21. 3. Solvent Cement: a. Comply with ASTM F493. b. Formulated for use with sodium hypochlorite and other caustic solutions. Oatey industrial grade or equal by Weld-on. C. Primers: Manufactured by the solvent weld cement manufacturer. 2.5 SOURCE QUALITY CONTROL A. Provide shop inspection and testing of completed pipe sections. B. Owner Inspection: 1. Make completed pipe sections available for inspection at manufacturer's factory prior to packaging for shipment. 2. Notify Owner at least seven days before inspection is allowed. C. Owner Witnessing: 1. Allow witnessing of factory inspections and test at manufacturer's test facility. 2. Notify Owner at least seven days before inspections and tests are scheduled. D. Certificate of Compliance: 1. If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. 2. Specified shop tests are not required for Work performed by approved manufacturer. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify that field dimensions are as indicated on Shop Drawings. B. Inspect existing flanges for nonstandard bolt hole configurations or design and verify that new pipe and flange mate properly. 3.2 PREPARATION A. Ream pipe and tube ends, remove burrs, and bevel plain-end pipe. Westside WTP Plate Settler Expansion Project Thermoplastic Process Pipe City of Fort Worth 400531 -6 100%Submittal 0515-239525 9/16/20 B. Thoroughly clean pipe and fittings before installation. C. Cleaning: Clean surfaces to remove foreign substances. 3.3 INSTALLATION A. Comply with ASME B31.3 and B31.9. B. Run piping straight along alignment as indicated on Shop Drawings, with minimum number of joints. C. Fittings: 1. According to manufacturer instructions. 2. Gaskets: a. Clean seats thoroughly. b. Wipe gaskets clean prior to installation. 3. Tighten bolts progressively, drawing up bolts on opposite sides until bolts are uniformly tight; use torque wrench to tighten bolts to manufacturer instructions. D. Provide required upstream and downstream clearances from devices as indicated. E. Install piping with sufficient slopes for venting or drainage of liquids and condensate to low points. F. Support exposed piping as specified in Section 400507 "Hangers and Supports for Process Piping." G. Provide expansion joints as specified in Section 400506 "Couplings, Adapters, and Specials for Process Piping," and provide pipe guides as specified in Section 400507 "Hangers and Supports for Process Piping,"to compensate for pipe expansion due to temperature differences. H. Disinfection: Disinfect potable-water piping as specified in Section 331300 "Disinfecting of Water Utility Distribution." I. Field Cuts: According to pipe manufacturer instructions. J. Joining: 1. Heat Joining: Comply with ASTM D2657. a. Butt-fusion joints to be done by a factory-qualified joining technician as designated by the pipe manufacturer. b. Field Samples:join two sample welds on each size of pipe to be installed using the same fusion welding equipment that will be used for completion of the entire work. These sample welds will be compared to the manufacturer's sample previously submitted in accordance with Part 1. C. Pipe joints with beads in excess of 3/16-in will not be approved by the Engineer. Westside WTP Plate Settler Expansion Project Thermoplastic Process Pipe City of Fort Worth 400531 -7 100%Submittal 0515-239525 9/16/20 2. Electrofiision: Comply with ASTM F 1290. 3. Primers and Cleaners: Comply with ASTM F402. 4. PVC Solvent-Cemented Joints: Comply with ASTM D2855. 3.4 FIELD QUALITY CONTROL A. Inspection: 1. Inspect for piping defects that may be detrimental as determined by the Engineer. 2. Repair damaged piping, or provide new,undamaged pipe. 3. After installation, inspect for proper supports and interferences. B. Pressure Testing: 1. Test Pressure: Not less than 150 prig or 1.5 times the system's working pressure, whichever is greater. 2. Conduct hydrostatic test for minimum two hours. 3. Filling: a. Fill section to be tested with water slowly and expel air from piping at high points. b. Install corporation cocks at high points. C. Close air vents and corporation cocks after air is expelled. d. Raise pressure to specified test pressure. 4. Observe joints, fittings, and valves under test. 5. Remove and renew cracked pipe,joints, fittings, and valves showing visible leakage and retest. 6. Leakage: a. Correct visible deficiencies and continue testing at same test pressure for additional two hours to determine leakage rate. b. Maintain pressure within plus or minus 5 psi of test pressure. C. Leakage is defined as quantity of water supplied to piping necessary to maintain test pressure during period of test. d. Correct visible leaks and repeat test to verify no leaks at the required test pressures. 3.5 CLEANING A. Keep pipe interior clean as installation progresses. B. Clean pipe interior of soil, grit, shavings, and other debris after pipe installation. END OF SECTION 400531 Westside WTP Plate Settler Expansion Project Thermoplastic Process Pipe City of Fort Worth 400531 -8 100%Submittal 0515-239525 9/16/20 SECTION 400551 -COMMON REQUIREMENTS FOR PROCESS VALVES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Common requirements for valves. 2. Common requirements for valve actuators. 3. Valve tags. 4. Valve Schedule. B. Related Requirements: 1. Section 055000 "Metal Fabrications" for miscellaneous metalwork and fasteners specified by this Section. 2. Section 099100 "Painting" for product and execution requirements for painting specified by this Section. 3. Section 330110.58 and 331300 "Disinfection of Water Utility Piping Systems" procedures for the disinfection of water utility piping systems specified by this Section. 4. Section 400507 "Hangers and Supports for Process Piping" for product and execution requirements for valve supports specified by this Section. 1.3 COORDINATION A. Section 013100"Project Management and Coordination": Requirements for coordination. B. Coordinate Work of this Section with individual process valve specifications. 1.4 ACTION SUBMITTALS A. Section 013300 "Submittal Procedures"for submittal requirements. B. Valve Schedule: 1. Submit valve schedule populated with all Division 40 process valves specified for this project. Include all information shown on the Sample Valve Schedule included in this project. Westside WTP Plate Settler Expansion Project Common Requirements for Process Valves City of Fort Worth 400551 - 1 100%Submittal 0515-239525 9/16/20 2. Approval of valve schedule submittal to precede all individual valve submittals. All subsequent individual valve submittals to include the approved valve tag number or group on the submittal cover sheet. C. Valve Tags: 1. Materials, dimensions and thiclmess of tags, materials and gauge of cable and splicing hardware. 2. Color palate for Owner selection. 3. Full scale drawing of sample with lettering dimensions and scribe depth. 4. Valve tag lettering provided with Valve Schedule above. D. Power Actuator Data: 1. Sizing calculations a. Provide fluid pressure and velocity sizing basis. b. Provide maximum valve torque based on disc shape and flow direction. C. Clearly indicate safety factors and mechanical ratios of any intermediate gearing. 2. Maximum output torque of actuator and intermediate gearing. 3. Details of actuator mounting, including orientation of actuator and intermediate gearing. 4. Dimensional drawing of actuator assembled on valve. 5. Pneumatic/Hydraulic pressure requirements, electrical power supply, plumbing connection sizes and locations. 6. Wiring diagram, control wiring and protocol. 7. Valve cavitation limits for positioning, modulating and control valves mated to power actuator. E. Shop Drawings: Valve and actuator model number and size, valve parts list, materials of each part including material standard designation (ASTM or other), position indicators, limit switches, actuator mounting. F. Provide certified hydrostatic test data, per manufacturer's standard procedure or MSS-SP-61 for all valves. 1.5 DELEGATED DESIGN SUBMITTALS A. Submit signed and sealed Shop Drawings with design calculations and assumptions for sizing of control valves. 1.6 INFORMATIONAL SUBMITTALS A. Manufacturer Instructions: Submit installation and operation instructions for each component including valve, actuator, gearbox, and any included instrumentation. B. Source Quality-Control Submittals: Indicate results of integrators facility tests and manufacturers factory tests and inspections. C. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. Westside WTP Plate Settler Expansion Project Common Requirements for Process Valves City of Fort Worth 400551 -2 100%Submittal 0515-239525 9/16/20 D. Manufacturer Certification of Installation: Certify that equipment has been installed according to manufacturer instructions. E. Qualifications Statement: 1. Submit qualifications for manufacturer and licensed professional. 1.7 CLOSEOUT SUBMITTALS A. Section 017700"Closeout Procedures"for submittal requirements. B. Section 017839 "Project Record Documents"for record actual locations of valves and actuators. 1.8 QUALITY ASSURANCE A. Maintain clearances as indicated on Drawings and Shop Drawings. B. Ensure that materials of construction of wetted parts are compatible with process liquid. C. Mate valves to actuators at manufacturer's or integrator's facility. Fully test assembled product and certify ready for installation prior to shipment to the job site. 1. Only in special cases for extremely large assemblies where installation requires disassembly,may actuators be mounted to the valves in the field. D. Materials in Contact with Potable Water: Certified to NSF 61 and NSF 372. E. Furnish affidavit of compliance with testing and manufacturing standards referred in this specification and the individual valve specifications. F. Provide the services of a qualified and factory-trained service representative of the manufacturer to provide installation inspection and check out, and operational and maintenance instruction, for each type of the following equipment for the following durations: Equipment Valve Sizes Installation O and M Instruction Inspection 480 volt electric actuators N/A 1 day, 8hr. 1 day, 8 hr. Pneumatic actuators N/A 1 day, 8 hr. 1 day, 8 hr. Pressure regulating valves 12-in and up 1 day, 8 In. 1 day, 8 hr. Actuated Pump Check Valves 12-in and up 1 day, 8hr. 1 day, 8 In. Air release Valves 12-in and up 1 day, 8hr. 1 day, 8 hr. Solenoid valves for process 12-in and up 1 day, 8hr. 1 day, 8 hr. Swing Check Valves 12-in and up 1 day, 8hr. 1 day, 8 hr. Ball Valves 12-in and up 2 day, 16hr. 1 day, 8 hr. Butterfly Valves 12-in and up 1 day, 8hr. 1 day, 8 hr. G. Obtain Manufacturer's Certification of Proper Installation for Specified valves and valve assemblies. Westside WTP Plate Settler Expansion Project Common Requirements for Process Valves City of Fort Worth 400551 -3 100%Submittal 0515-239525 9/16/20 H. Maintain one copy of each standard affecting Work of this Section on Site. 1.9 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing valves and actuators with minimum ten years' documented experience. B. Licensed Professional: Professional engineer experienced in design of specified Work and licensed in State of Texas. 1.10 DELIVERY, STORAGE, AND HANDLING A. Section 016000 "Product Requirements" for requirements for transporting, handling, storing, and protecting products. B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C. Deliver factory mated power actuated valves on rigid wooden skids, fully braced and strapped to prevent damage to valve, actuator or coupling system. D. Store materials according to manufacturer instructions. E. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Protect valve ends from entry of foreign materials by providing temporary covers and plugs. 3. Provide additional protection according to manufacturer instructions. 1.11 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to materials ordering or any fabrication. 2. Indicate field measurements on Shop Drawings. 1.12 WARRANTY A. Section 017700 "Closeout Procedures": Requirements for warranties. B. Furnish five-year manufacturer's warranty for valves and actuators. Westside WTP Plate Settler Expansion Project Common Requirements for Process Valves City of Fort Worth 400551 -4 100%Submittal 0515-239525 9/16/20 PART2- PRODUCTS 2.1 VALVES A. Description: Valves, operator, actuator, handwheel, chainwheel, extension stem, floor stand, worm and gear operator, operating nut, chain,wrench, and other accessories as required. B. All valves of the same type shall be the product of one manufacturer C. Valve Ends: Compatible with adjacent piping system and as indicated on valve schedule. D. Operation: 1. Close by turning clockwise. 2. Cast directional arrow on valve or actuator with OPEN and CLOSE cast on valve in appropriate location. E. Valve Marking and Labeling: 1. Marking: Comply with MSS SP-25. 2. As indicated on the drawings. 3. Labeling(valve tags): a. Fiberglass reinforced plastic, ASTM D709, 70 mil thick, 2 1/2-inch diameter or 2 1/2-inch by 1 '/4-inch. b. Lettering 1/16-inch thick of silk screening or other permanent embedment of subsurface printed graphics,permanently sealed. C. Colors of lettering and backing as selected by Owner. d. Two, 1/4-inch clear opening 316 stainless steel grommets at each end, center of hole 3/8-inch from tag edge. C. 3/32-inch 316 SS cable and splice hardware. F. Valve Construction: As Specified in Valve Sections. G. Van Stone flanges shall not be used with pinch valves, industrial butterfly valves; elastomer bellows style expansion joints or other piping system components having an elastomer liner (rubber seat) that is used as a gasket. 2.2 VALVE ACTUATORS A. Provide actuators in accordance with the valve schedule included on the Drawings. B. Provide mechanical position indicators for power actuated and gearbox actuated valves. C. Comply with AWWA C541 (Pneumatic and Hydraulic actuators) and C542 (Electric Motor Actuators) as applicable. D. Provide chain actuators for shutoff valves mounted greater than 7 feet above operating floor level. Westside WTP Plate Settler Expansion Project Common Requirements for Process Valves City of Fort Worth 400551 -5 100%Submittal 0515-239525 9/16/20 E. Gear and Power actuators as specified in Section 400557.00 "Actuators for Process Valves and Gates." 2.3 FINISHES A. Valve Coating: Comply with AWWA C550. B. Factory finishes are included in individual valve sections. C. Exposed Valves: As specified in Section 099000"Painting." D. Stainless Body Valves: Do not coat. E. Do not coat flange faces of valves unless otherwise specified. 2.4 SOURCE QUALITY CONTROL A. Section 014000 "Quality Requirements": Requirements for testing, inspection, and analysis. B. Testing: Test valves according to manufacturer's standard testing protocol, including hydrostatic, seal, and performance testing. C. Certificate of Compliance: 1. If manufacturer is approved by authorities haying jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. 2. Specified shop tests are not required for Work performed by approved manufacturer. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify that piping system is ready for valve installation. B. Fully examine valves for debris, damage and interior finish blemishes prior to installation. Do not install valves with soiled interior or any visible damage to seats, discs or interior finish. C. Identify any piping,plant or equipment clearance issues prior to installation, bring to Engineer's attention via job meetings, submittal process or request for information process. 3.2 INSTALLATION A. Install valves, actuators, extensions, valve boxes, and accessories according to manufacturer instructions. Westside WTP Plate Settler Expansion Project Common Requirements for Process Valves City of Fort Worth 400551 -6 100%Submittal 0515-239525 9/16/20 B. Inspect valve interiors before line closure for the presence of debris. At the option of the Engineer, internal inspection of valve and appurtenances may be required any time that the likelihood of debris is a possibility. Clean connecting pipes prior to installation, testing, disinfection and final acceptance. C. Disinfect valves installed in potable water lines with approved pipeline disinfection process. D. Rigidly support valves to avoid stresses on piping. E. Coat studs,bolts and nuts with anti-seizing lubricant. F. Dielectric Fittings: Provide between dissimilar metals. G. Clean field welds of slag and splatter to provide a smooth surface. H. Mate, adjust and fully test gearboxes, electric, hydraulic and pneumatic actuators to valves at manufacturer's or integrator's facility. 1. Only in special cases for extremely large assemblies where installation requires disassembly may actuators be mounted to the valves in the field. These circumstances require preinstallation meetings. I. In no case shall stems be installed vertically downward. J. Unless otherwise indicated on the Drawings: 1. Install Gate, Globe,Ball valves with stem vertical in the 12 o'clock position. 2. Install Plug valves with stem horizontal and plug opening to the top of the body unless position will not allow proper actuator access, in which case stem may be vertical in the 12 o'clock position. 3. Install Butterfly valves 12 inch and smaller with stem horizontal or vertical in the 12 o'clock position, 4. Install Butterfly valves 14 inch and larger with the stem horizontal unless position will not allow proper actuator access, in which case stem may be vertical in the 12 o'clock position. 5. Install Control valves in horizontal pipelines with top works vertically upward. K. Install all brackets, extension rods, guides, the various types of operators and appurtenances as indicated. Before properly setting these items, check all drawings and figures which have a direct bearing on their location. L. Inspect all materials for defects in construction and materials. Clean debris and foreign material out of openings, etc. Valve flange covers shall remain in place until connected piping is in place. Verify operability of all operating mechanisms for proper functioning. Check all nuts and bolts for tightness. Repaired or replace valves and other equipment which do not operate easily or are otherwise defective. M. Where installation is covered by a referenced standard, installation shall be in accordance with that standard, except as herein modified, and the Contractor shall certify such. Also note additional requirements in other parts of this Section. Westside WTP Plate Settler Expansion Project Common Requirements for Process Valves City of Fort Worth 400551 -7 100%Submittal 0515-239525 9/16/20 N. Unless otherwise noted,joints for valves and appurtenances shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint. Install valves and other items as recommended by the manufacturer. Verify manufacturers' torqueing requirements for all valves. O. Coordinate direction of flow through offset type and shaped butterfly valve discs with the mated actuator torque capacity. P. Rotate valve operators and indicators to display toward normal operation locations. Consult with Engineer prior to installing valves with handwheels to confirm final position of handwheel. Q. Vertically center floor boxes, valve boxes, extension stems, and low floor stands over the operating nut,with couplings as required. 1. Adjust elevation of the box top to conform to the elevation of the finished floor surface or grade at the completion of the Contract. 2. Support boxes and stem guides during concrete placement to maintain vertical alignment. R. Install brass male adapters on each side of valves in copper-piped system and solder adapters to pipe. S. Install 1-inch gate or ball valves with cap for drains at main shutoff valves, low points of piping, bases of vertical risers, and equipment. T. Install valves with clearance for installation of insulation and to allow access. U. Provide access where valves and fittings are not accessible. V. Pipe Hangers and Supports: As specified in Section 400507 "Hangers and Supports for Process Piping." W. Comply with Division 40 - Process Interconnections for piping materials applying to various system types. X. Install protective strainers upstream of solenoid valves, pressure-reducing valves and pressure- sustaining valves. 3.3 FIELD QUALITY CONTROL A. Section 014000 "Quality Requirements"-Requirements for inspecting and testing. B. Section 017300 "Execution" -Requirements for testing, adjusting, and balancing. C. Valve Field Testing: 1. Test for proper alignment. 2. If specified by valve Section, field test equipment to demonstrate operation without undue noise,vibration, or overheating. 3. Engineer will witness field testing. Westside WTP Plate Settler Expansion Project Common Requirements for Process Valves City of Fort Worth 400551 -8 100%Submittal 0515-239525 9/16/20 4. Functional Test: a. Prior to system startup, inspect valves and actuators for proper alignment, quiet operation,proper connection and satisfactory performance. b. After installation, open and close all manual valves in the presence of the Engineer to show the valve operates smoothly from full open to full close and without leakage. C. Cycle valves equipped with electric, pneumatic or hydraulic actuators 5 times from full open to full closed in the presence of the Engineer to exhibit operation without vibration,jamming,leakage, or overheating. d. Operate pressure control and pressure relief valves in the presence of the Engineer to show they perform their specified function at some time prior to placing the piping system in operation and as agreed during construction coordination meetings. 5. Field test pipelines in which the valves and appurtenances are to be installed. During these tests, adjust, remove or replace defective valve or appurtenance, or otherwise make acceptable to the Engineer. Test regulating valves, strainers, or other appurtenances to demonstrate conformance with the specified operational capabilities. Correct deficiencies replace device or otherwise made acceptable to the Engineer. END OF SECTION 400551 Westside WTP Plate Settler Expansion Project Common Requirements for Process Valves City of Fort Worth 400551 -9 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Common Requirements for Process Valves City of Fort Worth 400551 - 10 100%Submittal 0515-239525 9/16/20 SECTION 400553 - IDENTIFICATION FOR PROCESS PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Nameplates. 2. Tags. 3. Stencils. 4. Pipe markers. 5. Ceiling tacks. 6. Labels. 7. Lockout devices. B. Related Requirements: 1. Section 099100 "Painting" for requirements for painting as specified by this Section. 2. Section 400551 "Common Requirements for Process Valve" for basic materials and methods for valves. 1.3 PREINSTALLATION MEETINGS A. Section 013100 "Project Management and Coordination": Requirements for preinstallation meeting. B. Convene minimum one week weeks prior to commencing Work of this Section. 1.4 ACTION SUBMITTALS A. Section 013300 "Submittal Procedures" for requirements for submittals. B. Product Data: Submit manufacturer's catalog literature for each specified product. C. Shop Drawings: 1. Indicate list of wording, symbols, letter size, spacing of labels, and color-coding for mechanical identification and valve chart and schedule. 2. Indicate valve tag number, location, function, and valve manufacturer's name and model number. Westside WTP Plate Settler Expansion Project Identification for Process Piping City of Fort Worth 400553- 1 100%Submittal 0515-239525 9/16/20 D. Samples: Submit two tags, labels and pipe markers for each size to be used on Project. 1.5 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. B. Manufacturer Instructions: Submit detailed instructions on installation requirements, including storage and handling procedures. C. Qualifications Statement: 1. Submit qualifications for manufacturer. 1.6 CLOSEOUT SUBMITTALS A. Section 017700 "Closeout Procedures": Requirements for submittals. B. Project Record Documents: Record actual locations of tagged valves; include valve tag numbers. 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Section 017700 "Closeout Procedures": Requirements for maintenance materials. B. Extra Stock Materials: Furnish two containers of spray-on adhesive. C. Tools: Furnish special crimpers and other devices required for Owner to reinstall tags. 1.8 QUALITY ASSURANCE A. Piping Color Scheme and Lettering Size: Comply with ASME A13.1. B. Comply with recommended water treatment plant color coding from the latest version TCEQ Chapter 290 and 217 rules unless otherwise requested by Owner. 1.9 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years' documented experience. 1.10 DELIVERY, STORAGE, AND HANDLING A. Section 016000 "Product Requirements" for requirements for transporting, handling, storing, and protecting products. Westside WTP Plate Settler Expansion Project Identification for Process Piping City of Fort Worth 400553-2 100%Submittal 0515-239525 9/16/20 B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C. Store materials according to manufacturer instructions. D. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Provide additional protection according to manufacturer instructions. PART2 -PRODUCTS 2.1 NAMEPLATES A. Manufacturers: 1. Craftmark Pipe Markers, 2. Kolbi Pipe Marker Co., 3. Pipemarker.com(Brimar Industries, Inc.) 4. Seton Identification Products 5. Substitutions: Not permitted. B. Description: Laminated three-layer plastic with engraved black letters on light, contrasting background color. 2.2 TAGS A. Plastic Tags: 1. Mantrfachnrers: a. Brady ID, b. Craftmark Pipe Markers C. Kolbi Pipe Marker Co. d. Marking Services, Inc. e. R&R Identification Co. f. Seton Identification Products g. Substitutions: Not permitted 2. Description: a. Laminated three-layer plastic with engraved black letters on light, contrasting background color. b. Minimum Tag Size and Configuration: 2 inches; diameter. C. Provide with brass hooks suitable for attaching the tag to the valve operator. d. Stamp or etch tags with the valve number and information on the valve schedule coded in a system provided by the Owner. Westside WTP Plate Settler Expansion Project Identification for Process Piping City of Fort Worth 400553-3 100%Submittal 0515-239525 9/16/20 B. Metal Tags: 1. ManufacttuVrS: a. Brady ID, b. Craftmark Pipe Markers, C. Kolbi Pipe Marker Co, d. Marking Services, Inc., e. Pipemarker.com(Brimar Industries,Inc.), f. R&R Identification Co. g. Seton Identification Products h. Substitutions: Not permitted. 2. Description: a. Stainless-steel construction; stamped letters. b. Minimum Tag Size and Configuration: 2 inches; diameter with finished edges. C. Provide with brass hooks suitable for attaching the tag to the valve operator. d. Stamp or etch tags with the valve number and information on the valve schedule coded in a system provided by the Owner. C. Information Tags: 1. Matn&f Wturers: a. Brady ID, b. Seton Identification Products C. Substitutions: Not permitted. 2. Description: a. Clear plastic with printed text. b. Minimum Tag Size: 3-1/4 by 5-5/8 inches. C. Furnish grommet and self-locking nylon ties. 3. Tag Chart: Typewritten, letter-size list of applied tags and location,plastic laminated. 2.3 STENCILS A. Manufachu'Crs: 1. Kolbi Pipe Marker Co, 2. Marking Services, Inc., 3. Pipemarker.com(Brimar Industries, Inc.), 4. R&R Identification Co. 5. Seton Identification Products 6. Substitutions: Not permitted. B. Description: 1. Quality: Clean-cut symbols. Westside WTP Plate Settler Expansion Project Identification for Process Piping City of Fort Worth 400553-4 100%Submittal 0515-239525 9/16/20 2. Letters: OUTSIDE DIAMETER OF PIPE SIZE OF LETTERS 3/4-in to 1-1/4-inch 1/2-inch 1-1/2-in to 2-inch 3/4-inch 2-1/2-in to 6-inch 1-1/2-inch 8-in to 10-inch 2-1/2-inch Over 10-inch 3-inch C. Stencil Paint: 1. Description: Semigloss enamel. 2. As specified in Section 099100"Painting." 2.4 PIPE MARKERS A. Plastic Pipe Markers: 1. Manufacturers: a. Brady ID, b. Craftmark Pipe Markers, C. Marking Services, Inc., d. R&R Identification Co., C. Seton Identification Products Substitutions: Not permitted. 2. Description: a. Factory-fabricated, flexible, and semi-rigid plastic. b. Preformed to fit around pipe or pipe covering. C. Larger sizes may be of maximum sheet size,with spring fastener. d. Letter sizes per Paragraph 2.313. e. Color shall be white or black depending on background color. B. Plastic Tape Pipe Markers: 1. Mamifacturcrs: a. Brady ID, b. Craftmark Pipe Markers, C. Kolbi Pipe Marker Co., d. Marking Services, Inc., e. Pipemarker.com(Brimar Industries, Inc.), f. Seton Identification Products g. Substitutions: Not permitted. Westside WTP Plate Settler Expansion Project Identification for Process Piping City of Fort Worth 400553-5 100%Submittal 0515-239525 9/16/20 2. Description: a. Flexible, 3.5 mil vinyl ilm tape with pressure-sensitive adhesive backing and printed markings. b. Letter sizes per Part 3 Article"Installation." C. Color shall be white or black depending on background color. C. Plastic Underground Pipe Markers: 1. Manufacturers: a. Kolbi Pipe Marker Co., b. Marking Services,Inc., C. Pipemarker.com(Brimar Industries,Inc.), d. Rhino Marking and Protection System, e. Seton Identification Products f. Substitutions: Not permitted. 2. Description: a. Brightly colored, continuously printed plastic ribbon tape. b. Minimum Size: 6 inches wide by 4 mils thick. C. Manufactured for direct burial service. d. Letter sizes per Paragraph 2.313. 2.5 CEILING TACKS A. MatlulitCWIVN: 1. Marking Services,Inc., 2. R&R Identification Co., 3. Seton Identification Products 4. Substitutions: Not permitted. B. Description: 1. Material: Steel. 2. Head: a. Color-coded. b. Diameter: 3/4 inch. 2.6 LABELS A. MairufaCWrcrs: 1. Brady ID. 2. Seton Identification Products. 3. Substitutions: Not permitted. Westside WTP Plate Settler Expansion Project Identification for Process Piping City of Fort Worth 400553-6 100%Submittal 0515-239525 9/16/20 B. Description: 1. Material: Aluminum. 2. Minimum Size: 1.9 by 0.75 inches. 3. Adhesive backed,with printed identification and bar code. 2.7 LOCKOUT DEVICES A. Lockout Hasps: 1. Manufacturers: a. Brady ID. b. Master Lock Company, LLC. C. Substitutions: Not permitted. 2. Description: a. Material: Anodized aluminum. b. Furnish hasp with erasable label surface. C. Minimum Size: 7-1/4 by 3 inches. B. Valve Lockout Devices: 1. Manufacturers: a. Brady ID. b. Master Lock Company, LLC. C. Substitutions: Not permitted. 2. Description: a. Material: Steel or Plastic. b. Furnish device to restrict access to valve operator and to accept lock shackle. PART 3 -EXECUTION 3.1 PREPARATION A. Section 017300 "Execution": Requirements for installation preparation. B. Degrease and clean surfaces to receive adhesive for identification materials. C. Stencil Painting: Prepare surfaces as specified in Section 099000"Painting." 3.2 INSTALLATION A. According to manufacturer instructions. Westside WTP Plate Settler Expansion Project Identification for Process Piping City of Fort Worth 400553-7 100%Submittal 0515-239525 9/16/20 B. Apply stencil painting as specified in Section 099000"Painting." C. Install identifying devices after completion of coverings and painting. D. Install plastic nameplates with corrosion-resistant mechanical fasteners or adhesive. E. Labels: 1. Install labels with sufficient adhesive for permanent adhesion and seal with clear lacquer. 2. For unfinished covering, apply paint primer before applying labels. 3. Titles: a. Locate a maximum 26 feet apart. b. Locate directly adjacent to pipeline breaches on each side wall. c. Locate adjacent to each side of the valve regulator, flow meter, strainer, cleanout and all pieces of equipment. d. Identify the contents by complete name at least once in each room or space and thereafter may be labeled by generally recognized abbreviations. F. Tags: 1. Identify valves in main and branch piping with tags. 2. Install tags using corrosion-resistant chain. 3. Number tags consecutively by location. G. Install underground plastic pipe markers 6 to 8 inches below finished grade, directly above buried pipe. H. Piping: 1. Identify piping, concealed or exposed, with plastic pipe markers or plastic tape pipe markers. 2. Use tags on piping 3/4-inch diameter and smaller. 3. Identify service, flow direction, and pressure. 4. Install in clear view and align with axis of piping. 5. Locate identification not to exceed 20 feet on straight runs, including risers and drops, adjacent to each valve and tee, at each side of penetration of structure or enclosure, and at each obstruction. I. Ceiling Tacks: 1. Provide ceiling tacks to locate valves above T-bar-type panel ceilings. 2. Locate in corner of ceiling panel closest to equipment. END OF SECTION 400553 Westside WTP Plate Settler Expansion Project Identification for Process Piping City of Fort Worth 400553-8 100%Submittal 0515-239525 9/16/20 SECTION 400557 -ACTUATORS FOR PROCESS VALVES AND GATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: Following types of actuators for linear, multi-turn, and quarter turn valves and gates: 1. Manual actuators. 2. Pneumatic actuators. a. Rotary vane. b. Rack and pinion. C. Pneumatic cylinder. d. Diaphragm. 3. Electric motor actuators. B. Related Requirements: 1. Section 099100, "Painting"for product and execution requirements. 2. Section 400507 "Hangers and Supports for Process Piping" for hangers, anchors, sleeves, and sealing of piping to adjacent structures. 3. Section 400551 "Common Requirements for Process Valves" for common product requirements for valves for placement by this Section. 1.3 DEFINITION A. Where the term "valve" alone is used in this Section, it applies to both valves and gates as the corresponding text context dictates. 1.4 COORDINATION A. Section 013000 "Administrative Requirements"for coordination requirements. B. Section 400551 "Common Requirements for Process Valves"for valve requirements. C. Coordinate Work of this Section with installation of valves,gates, and accessories. Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557- 1 100%Submittal 0515-239525 9/16/20 1.5 PREINSTALLATION MEETINGS A. Section 013000 "Administrative Requirements"for preinstallation meeting requirements. B. Convene minimum one week at site Westside Water Treatment Plant prior to commencing Work of this Section. 1.6 ACTION SUBMITTALS A. Section 013300 "Submittal Procedures"for submittals requirements. B. Product Data: Manufacturer information for actuator with model number and size indicated. Submit sizing data sheet and calculations with references to the hydraulic calculations, pressure differential and related torques for open/close and modulating service. Provide specific detailed data sheets on individual actuator features specified for individual valve size and service. C. Shop Drawings: 1. Parts list, materials, sizes, position indicators, limit switches, control system, actuator mounting, remote hand control stations, wiring diagrams, control system schematics with external interfaces, and on assembly drawings. 2. Actuator Shop Drawings with respective valve submittal. Submit a shop drawing showing the actuator mounted to the proposed valve. 1.7 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Products meet or exceed specified requirements. B. Manufacturer Instructions: Special procedures and placement requirements. C. Source Quality-Control Submittals: Results of factory tests and inspections and provide required certifications. D. Field Quality-Control Submittals: Results of Contractor-furnished tests and inspections. E. Qualifications Statements: 1. Qualifications for manufacturer and installer. 2. Manufacturer's approval of installer. F. American Iron and Steel(AIS): Certification of compliance with requirements 1.8 CLOSEOUT SUBMITTALS A. Section 017719 "Closeout Requirements"for submittals requirements. B. Project Record Documents: Documentation of actual locations and types of actuators. Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557-2 100%Submittal 0515-239525 9/16/20 1.9 QUALITY ASSURANCE A. Valve Actuators in NEC Class I, Group C and D, Division 1 or 2 Hazardous Locations: Comply with NFPA 70. B. Minimum NEMA Enclosure Classification: 1. Non-submergence Installations: NEMA 4X. 2. Submergence Installations: NEMA 6P/IP68. C. Perform Work according to standards set by authorities having jurisdiction. D. Maintain a copy of each standard affecting Work of this Section on Site. E. Single Source Requirements: 1. Furnish electric motor actuators and gearboxes in the scope of the project by the same manufacturer. Coordinate this requirement with actuated valves and gates included in scope of vender furnished equipment. 2. Furnish actuators, floor stands, stem guides, stems, extensions, and accessories for slide gate assemblies by slide gate manufacturer. F. Mate actuators to equipment at equipment manufacturers or integrators facility. 1. Test assembled product. Certify ready for installation prior to shipment to job site. 2. For extremely large assemblies requiring disassembly for installation,the actuator may be disassembled for shipment and remounted in the field. 1.10 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum ten years' documented experience. B. Installer: Company specializing in performing Work of this Section with minimum five years' documented experience. 1.11 DELIVERY, STORAGE,AND HANDLING A. Section 016000 "Product Requirements: for transporting, handling, storing, and protecting products requirements. B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C. Store materials according to manufacturer instructions. D. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557-3 100%Submittal 0515-239525 9/16/20 2. Furnish temporary end caps and closures on piping and fittings and maintain in place until installation. 3. Provide additional protection according to manufacturer instructions. 1.12 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.13 WARRANTY A. Section 017700 "Closeout Procedures"for warranties requirements. B. Manufacturer's Special Warranty: Submit standard written warranty against manufacturing defects for manual or electric-motor actuators. 1. Warranty Period: Three years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 GENERAL A. Refer to valve and gate schedule for actuator type, accessories, and sizing information. B. Provide clockwise opening to all valves larger than and including 4-inch diameter unless otherwise noted on the drawings. C. Supply chain actuators for manually operated valves located 7 feet or higher above finished floor. 2.2 ACCESSORIES A. Floor Stands: 1. Materials: a. Stand: Cast iron or fabricated steel. b. Stem Bushing: Sintered bronze. C. Position Indicator: Bronze. 2. Height to input shaft or handwheel: 36 inch. 3. Base Mounting Requirements: a. Concrete Floor Mounting: Type 316 stainless-steel anchor bolts. b. Face of Basin or Offset Mounting: Heavily reinforced, adjustable wall bracket with required anchor hardware using Type 316 stainless-steel. Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557-4 100%Submittal f 0515-239525 9/16/20 4. Actuator Mounting Requirements: a. Manual Actuator: Cast iron handwheel on top of floor stand with dual ball type thrust bearings, grease fitting on bearing bowl, hardened machined alloy bronze lift nut (for rising stem). Where manual effort is greater than 40 lb rim pull with 2 feet diameter wheel, provide geared actuator with a handwheel or crank. 1) Handwheel casting to include the word"OPEN" and an arrow indicating the direction of operation. b. Gearbox or Direct Powered Actuator: Through bolt holes matched to actuator or gearbox bolting pattern. 5. Non-rising stem position indicator: Mechanical indicator connected to and driven by stem extension and cast position marks on floor stand with the word"OPEN" cast at the top of the travel, and a field mounted aluminum "CLOSED" tag supplied with drive rivets, installed based on number of valve turns. 6. Rising Stem Position Indicator: Permanent markings on transparent stem covers. 7. Floor boxes for operating nuts recessed in concrete: Standard cast iron type, cast-in-place with fastening top by Clow or equal. B. Stem Covers: Fracture-resistant clear polycarbonate stem covers for rising stems. Closed top with adhesive type position indicator markings. C. Extension Stems and Stem Guides: 1. Extension stems and couplings to actuate recessed, buried, below slab valves and gates via operating nut or floor stand mounted actuator. 2. Stem Extensions and Stem Couplings: Alloy steel, hardware of Type 316 stainless-steel unless specified otherwise in the respective slide gate specification. 3. Stem and Stem Couplings: Rated for five times the maximum input torque capacity of the actuator. 4. Adjustable, Cast Iron Wall Bracket Type Stem Guides: Include two-piece bronze bushing. 5. Spacing: 10 feet spacing or at spacing calculated by manufacturer to prevent buckling with a safety factor of 2 based on design tlu ust, shaft material and shaft size. 6. Stem guides as manufactured by Clow,Rodney Hunt or equal. D. Torque Tubes: 1. Supply where shown on the Drawings or Valve and Gate Schedule. Swap existing torque tube on Filter 5 inlet valve as required for installation of the new motor actuator and gearbox. 2. Supported by/mated to valve bonnet/yoke. 3. Sized by supplier for the required actuator torque. 4. Drilled specifically for valve and actuator bolt pattern. 5. Internal extension keyed or shaped specifically to mate to valve shaft and fabricated of 316 stainless steel. 6. Internal extension designed for axial adjustment for mating purposes. Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557-5 100%Submittal 0515-239525 9/16/20 E. Chain Wheels: 1. Supply for manual valves 3 inch diameter or larger mounted 7 feet and greater above operating floor level. 2. Type: Sprocket rim with chain and floating chain guide. 3. Chain Wheel and Guides Materials: Cast iron with hot-dip galvanized chain. 4. Chain Length: Extend to 5-1/2 feet above operating floor level. 5. Chain Storage: Include where chains may interfere with personnel egress; made with high-strength thermoplastic polymer in safety orange color. a. Basis-of-Design: Trumbull, Model `Chain Up' as manufactured by Trumball Manufacturing, Inc., or equal. 6. Chain Wall Hooks: Include where feasible to prevent chain from impeding personnel egress. 2.3 MANUAL ACTUATORS A. Operating Nuts: 1. 2 inch cast iron AWWA design. a. Painted Carbon Steel Tee Handle Operator: 2 inch AWWA nut socket end extension length for nut actuated valves where nuts are recessed in valve boxes. b. Tee Extension Length: Determine based on nut height as shown on Drawings with handle height approximately 3 feet above operating surface. 2. Operating Nuts Recessed on Concrete: Cast iron floor box with cover and tee handle operator with 2 inch AWWA nut socket end. 3. Nut Operated Non-Rising Stem Buried Valves: Cast iron bonnet skirts, extension pipes valve box and cover. Stem extensions with AWWA nut end to elevation shown on the Drawings or scheduled. 4. Two tee handles for every ten buried or encased icon-rising stem application with 2 inch AWWA operating nut. B. Gear-Assisted Manual Valve Actuators: 1. Provide: a. For manually actuated valves larger than 8 inch nominal diameter and for ball and plug valves 6 inch and larger. b. With power actuators where torque requirements dictate. 2. Comply with AWWA C504. 3. Handwheel Diameter: 8 inch. 4. Maximurn Handwheel Pull: 40 lbs. maximum. 5. Housings: Cast or ductile iron. 6. Worm or helical gear type. 7. Gears: Hardened steel, machine cut and mated. 8. Bearings: Permanently lubricated bronze. 9. Input and Output Shafts: Sealed with greased,waterproof machine shaft seals. 10. Filled with waterproof grease and designed for submerged service where scheduled. Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557-6 100%Submittal 0515-239525 9/16/20 11. Handwheel: Removable. a. Diameter: 8 inch up to 12 inch valve size. b. Diameter: 12 inch diameter up to 16 inch valve size. C. Diameter: 18 inch diameter for larger than 16 inch valve size. d. Maximum Diameter: 24 inch diameter. 12. Include mechanical top mounted valve position indication, opening direction, and adjustable stops. 2.4 PNEUMATIC ACTUATORS A. Rotary Vane Type for Quarter Turn Valves (for Membrane Feed Pump Discharge - Control Valve): I. Comply with AWWA C541. 2. Basis-of-Design Manufacturer: Kinetrol Ltd., K-Tork by Rotork Plc., or approved equal. 3. Shaft and Vane: Single-machined piece with square output shafts on each end manufactured of stainless-steel or SG iron, zinc plated. 4. Lip Seals: Dual opposed injection molded polyurethane. Seal shaft from air supply with stainless-steel expanders beneath lip seal. O-ring style vane seals not acceptable. 5. Housing: a. Die cast zinc alloy or sand cast LM25 grade aluminum. b. Externally coated with baked-on epoxy enamel paint. C. Interior coated with baked-on epoxy enamel paint or Teflon impregnated. 6. Include stainless-steel threaded travel stops allowing field adjustment at each end of actuator stroke. 7. Controls: a. Solenoid valves for on/off double acting actuators (include for Membrane Feed Pump Discharge - Control Valve): 1) Direct mount to solenoid mount pad NAMUR style for Cv requirement of less than 0.75. Include one 1/4 inch NPT air supply port, and two 1/4 inch NPT exhaust ports, a single 120 VAC or 24 VDC (per solenoid power panel), IP65, NEMA IV, 2-position coil, pneumatic manual override, and two exhaust speed controls. Energize to open and de-energize to close, unless otherwise specified. 2) When solenoid valve cannot be mounted to actuator solenoid mount pad(Cv requirement of more than .75), include a body ported solenoid valve mounted to a stainless-steel bracket. Include two NPT supply ports labelled A and B and two NPT exhaust ports. Include 120 VAC or 24 VDC solenoid valve (per solenoid power panel), with IP65, NEMA IV coil, unless specified otherwise, pneumatic two position manual override, and exhaust speed controls. b. Limit Switches (for on/off applications; include for Membrane Feed Pump Discharge-Control Valve): I) Manufactured by the ISO 9001-2009 approved actuator manufacturer. Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557-7 100%Submittal 0515-239525 9/16/20 2) House in a pressure die-cast zinc alloy NEMA 4, 4X rated enclosure coated with a corrosion resistant stove baked-on epoxy enamel finish. Include four 1/2-14 NPS conduit entries. 3) Provide two mechanical SPDT type micro switches inside the enclosure. Switch resistive load rating of 15 amps at 125 VAC or 10 amps up to 24 VDC depending on solenoid power panel. 4) Three-point Terminal Strips: Mount in enclosure to land the field wiring. 5) Fit clear cone visual position monitor to lid of limit switch housing indicating "OPEN" or "CLOSED" for open/closed applications and 0 to 90 degrees for modulating applications. 6) Valve Position Monitor Manufacturer: ISO 9001-2000 approved with documentation that validates approval. C. Positioners for Modulating Applications: 1) Mechanism: Proportional spool valve to control actuator/valve position in response to a 3 to 15 psig or 4-20 mA signal when fitted with a direct mount I/P converter. 2) Directly mount to actuator housing utilizing integral air ports to eliminate need of external tubing when applicable. 3) Air Consumption: Not more than 0.50 cfrn of air while in a quiescent state. 4) Integral Speed Controls: Adjusts cycle time for both directions of rotation. 5) Adjustable settings for zero and range. 6) Convertible from direct to reverse acting with no additional parts required. 7) Enclosure: Zinc alloy with baked-on epoxy internal and external finish. 8) Capable of housing a direct mount I/P and a 4 to 20 mA isolated loop powered angle retransmit circuit for proportional feedback of actuator position. 9) Die-Casting and Machining: Performed in-house by actuator manufacturer to ISO 9001-2009 standards assuring highest quality equipment is produced. 10) Basis-of-Design: Manufactured by Kinetrol, Ltd., or equal. d. Manual Declutchable Gear Overrides (include for Membrane Feed Pump Discharge - Control Valve): 1) Where indicated on valve schedule, equip with direct mount utilizing no external brackets or couplings. Declutchable worm gear overrides with handwheels to manually operate the valve assembly manually. 2) Unit not to affect actuator performance in declutched mode. During operation of pneumatic actuator, do not allow handwheel to rotate while it is in the declutched mode. 3) Provide means to exhaust actuator if supplied with a manual gear override. 4) Maximum Rim Pull: 80 lbs at any point through the valve travel. 5) Valve Direction: Clockwise to close the valve, unless otherwise specified. B. Rack and Pinion Type for Quarter Turn Valves:-Provide where scheduled. 1. Basis-of-Design Manufacturer: Xomox, Rotork 2. Valve actuators with hard anodized aluminum body and end caps, double acting pistons with center air chamber and spring return, or double acting pistons with end air chambers as required by Engineer for specific application, with seals, guides to provide thrust Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557-8 100%Submittal 0515-239525 9/16/20 stability, twin rack and alloy steel pinion, high-tensile spring sets of alloy steel, and external field adjustable travel stops. 3. Position indication and two independent and fully adjustable rotary type position limit switches each with DPDT contacts rated 15 Arnp for remote open/close valve and gate position indication. C. Pneumatic Cylinder Type for Linear Valve Movement: Where scheduled. 1. Basis-of-Design Manufacturer: Parker 2. Actuators with heavy duty, flange mounted, double acting pneumatic cylinder type constructed to NFPA specified dimensions for interchangeability, a. Cylinder Body: Hard anodized aluminum with hard-chrome plated and polished piston rod with aluminum piston and long wearing, double seal configuration. b. Size cylinder to operate the valve at a rate of 3 to 6 inches per min using 10 cfm of compressed air at 80 to 100 psig. C. Cylinders linkages to rotate 1/4-turn valves. D. Diaphragm Type Linear Valve Actuators:-Provide where scheduled. 1. Basis-of-Design Manufacturer: Emerson 2. Provide diaphragm rotary actuators on valves for modulating control. Actuators shall oper- ate splined-shaft rotary-shaft valves. a. Diaphragm Actuators: Spring-return with adjustable springs and adjustable up- travel and down-travel stops. b. Housing and Spring Barrel: Cast iron. C. Diaphragm: Nitrile on nylon. d. Diaphragm Casing and Diaphragm Rod: Steel. e. Housing Cover: Cast iron or aluminum. f. Lever: Steel or ductile iron. 3. Maximum Air Pressure: 100 psi. 4. Local position indication and digital position indicators with 4 to 20 mA feedback and I/P transducers to convert a 4 to 20 mA control signal to a pneumatic signal. 5. Air supplied to the I/P transducers to be instrument quality air. E. Air Supply Requirements for Pneumatic Actuators: 1. Instrument Quality as specified in ANSI/ISA-70.01 a. Dew point less than 39 Deg F at line pressure b. Maximum 40 micrometer particle size C. Less than 1 PPM w/w lubricant quantity. d. Free of contaminants 2. Operation at 80 psig to 100 psig operating pressure range. 3. Regulators: Adjustable. 4. Pressure Gages: As specified in Section 407313 "Pressure and Differential Pressure Gauges." 5. Filter: Replaceable; 1.575 mils 40 microns. 6. Isolating valves. 7. Needle valves for regulation of air flow and speed of closure. Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557-9 100%Submittal 0515-239525 9/16/20 8. Condensate drains. 9. Lubricators where required by the actuator. 2.5 ELECTRIC MOTOR ACTUATORS A. General: 1. Where specified on the Valve and Gate Schedule and as shown on Drawings. 2. Comply with AWWA C542. 3. Actuators for Valves 3 inches and Smaller: 120 Volt, 1 Phase, 60 Hertz power supply. 4. Actuators for Valves Larger than 3 inches: 480 Volt, 3 Phase, 60 Hz power supply. 5. Valve actuators for Raw Water Flow Control and Filter Effluent Flow Control shall be modulating type as shown on Drawings and specified herein. Valve actuators shall be programmable as required to suit the flow control applications and the throttling characteristics of the flow control valve. B. 120 Volt Power Actuators: 1. Actuators to have reversing motor, reduction gearing, local position indicator, position limit switches, provision for manual override, 100 to 1000 in-lbs torque range and motor thermal and electronic control protection. 2. Enclosure: a. Cast aluminum or steel alloy. b. Powder coated or fusion bonded epoxy finish. C. NEMA 4 for Class 1, Division 1 or 2 environment. 3. Power Train: a. Self-locking planetary epicyclical gear design. b. Hardened steel or Hardened bronze alloy gears with bronze bearings. C. Housing Penetrations: Seal with mechanical seals. d. Housing: Equip with space heaters. e. Mounting System: ISO 5211. 4. Actuator for Open/Close/Jog Reversing Service: Proportional/modulating service where required in the equipment specifications or Instrumentation Drawings. 5. Motors: a. Design for valve actuation service. b. Insulation: Class F. C. Split phase capacitor protection. d. Duty Cycle: 40 percent at IN degrees F for open/close duty, and 100 percent for modulating duty. e. 90-Degree Travel Time: 10 to 20 seconds depending on actuator size. f. Actuator Switches: Have two SPDT 15 Amp rated switches for remote open/close valve position indication. 6. Products: Subject to compliance with requirements, provide one of the following or equal: a. Series 92 as manufactured by Asahi/America. Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557- 10 100%Submittal 0515-239525 9/16/20 b. P Series as manufactured by Promation Engineering, Inc. C. 480 Volt Power Actuators: 1. General: 2 phase 60 hz supply rated, self-contained, totally enclosed with motor, integral reversing starters, local controls, reduction gearing, limit switch gearing, limit switches, control power transformer, torque switches, bored and keyed drive sleeve for non-rising stems, declutch lever, auxiliary handwheel, and local position indication. 2. Separately seal motor and control compartments with space heaters in limit switch, motor, and control compartments. 3. Suitable for indoor and outdoor use, fully functional in ambient temperature range from 40 to 140 degrees F at 100 percent relative humidity. 4. Size to guarantee full travel, seating and unseating torque or thrust as specified by the valve or gate manufacturer. 5. Size to provide torque required to operate valve or gate at 90 percent of nominal voltage. 6. Design Travel Rate: a. As indicated on valve and gate schedule, and if not so indicated: 1) Gate Valves and Slide Gates: 12 inches per minute. 2) Quarter Turn Valves: 30 seconds per 1 foot of throat diameter. 7. Enclosure: Cast iron construction, 0-ring sealed, watertight to NEMA 4X/6 and submersible to IP 68-8, 26 feet(8 nr) for 96 hours per EN 60529. a. Operate successfully a minimum of 10 full cycles under submersion. b. Where required on drawings, certified explosion proof for Class 1, Division 1 and 2, Groups B, C, and D. C. External Fasteners: Type 316 stainless-steel. d. Include anti-condensation heater, suitable for continuous operation with alarm output to indicate heater failure. 8. Motors: a. High-starting torque; low stall torque, low inertia, designed and built by actuator manufacturer. b. Embed thermistor in each motor winding for thermal protection. C. Insulation: Class F, with a duty rating of at least 15 minutes at 40 degrees F ambient temperature. Motors shall be rated for 50 C ambient temperature. d. Electrical disconnection by means of plug and socket. Allow motor removal without loss of lubricant. e. Hardware to ensure motor runs with correct rotation for required direction of valve travel regardless of power supply connection sequence. 9. Motor Protection: a. De-energize without damage in the event of a stall condition when attempting to move a jammed valve. b. De-energize in the event of an over-torque condition. C. Imbed a minimum of three thermal devices in motor windings to de-energize the motor in case of overheating. d. Lost phase protection algorithm. Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557- 11 100%Submittal 0515-239525 9/16/20 10. Gear Train: a. Grease filled, O-ring sealed in cast or ductile iron gear case. b. Suitable for operation in any orientation. C. Hardened, machine cut steel gears, and precision machined alloy bronze worm gear. d. Reduction gearboxes as specified in Paragraph "Gear-Assisted Manual Valve Actuators." 11. Manual Operation: a. Handwheel which does not rotate during motor operation. b. Output contact with declutch mechanism to indicate manual operation. C. Utilize actuator worm shaft/worm wheel to maintain self-locking gearing and to facilitate changeover from motor to manual operation when the actuator is under load. Do not use designs that bypass actuator worm gear or break valve load at worm gear. d. Automatic return from manual to motor operation upon starting motor. e. Manual operation capable with seized motor. 12. Position and Torque Calibration: a. Sensing by absolute encoder using hall effect sensors. Incremental encoders requiring batteries to retain settings upon loss of power are not acceptable. Settings stored in permanent non-volatile memory. b. Torque and travel adjustment parameters: 1) Position Setting Range: 10 to 5,000 turns, with resolution of 0.5 degrees and accuracy to 1.0 degrees of actuator output. 2) Torque Setting: 40 to 100 percent of rated torque. C. Torque switch bypass for the torque sensing system to inhibit torque switch trip during unseating or during starting in mid-travel against high inertia loads. 13. Wiring and Terminals: a. Tropical grade insulated stranded cable of appropriate size for the control and 3- phase power. b. Include a removable plug and socket head for termination of all external wiring. Include actuators without plug and socket terminal connections having power and control disconnect switches for ease of maintenance and safety. 14. Controls: a. Microprocessor: Based with mechanically and electronically interlocked reversing contactors for Open/Close duty and solid-state contactors for modulating duty. Solids state starters shall provide ability of 1200 starts/hour. b. Local/Off/Remote Selector Switch and Open/Stop/Close Pushbuttons: Mount on actuator face with red and green indication lights for open/close and amber for fault. C. Remote On/Off Service: Actuator to accept one remote signal to open and a second remote signal to close. d. Modulating Service: When in remote mode, actuator to accept a 4 to 20 mA DC position control signal and position valve 0 to 100 percent of travel in proportion Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557- 12 100%Submittal 0515-239525 9/16/20 to control signal. Actuator shall be able to adjust valve position at half (0.5%) percent travel increments, particularly in end positions. Provide PID controller as required for positioning valve accordingly at no additional cost. e. Monitoring Relays: Remotely indicate fault signal for indication of power failure, phase failure, thermal switch tripped, torque switch tripped between travel stops, and Local-Off-Remote selector switch position. f. Gear Actuated Position Transmitter: On modulating duty actuator that is a two-wire device,produce 4 to 20 mA DC signal proportional to 0 to 100 percent travel. g. Transmitter: Have easily accessible zero and span adjustment potentiometers. h. DC Power Supply: Integral with operator and powered from I I0-volt AC internal transformer. Positioner board to provide repeatable accuracy to 0.25 percent of span and have separate trim pots for zero, span, and dead band adjustment. 15. Position Indication: Continuous mechanical dial indication of valve position in step with the actuator at all times in both the hand wheel and motor operation. For modulating applications, graduations on mechanical dial position indicator to be 0 to 100 percent scale. 16. Limit Switches: a. Adjustable type to trip at any point between fully opened and fully closed. b. Mid-travel Switches: Are not required. C. Do not allow set position to be lost if over travel occurs in either manual or electric modes of operation. d. Two independent and fully adjustable rotary type position limit switches each with 15 Amp DPDT contacts for remote open/close position indication. 17. Torque Switches: Actuator with adjustable torque switches and be responsive to load encountered in either direction of travel. 18. Terminal Compartment: a. Separate from the inner electrical components of actuator with a watertight seal. b. Three threaded cable entries. C. Stud-type Terminals: Embed in a terminal block of high tracking-resistance compound. d. Three-phase Power Terminals: Shroud from control terminals by means of an insulating cover. 19. Remote Hand Control Stations: a. Where indicated, provide Remote Hand Control Stations for actuators located below the operating floor, below grade vaults with at-grade control stations, or located more than 7 feet above the operating floor. b. Include a Local/Off/Remote selector switch, Open/Stop/Close pushbuttons, Open/Close indicating lights and valve position indication. Remote hand stations for modulating actuators shall provide the ability to manually change valve position from the remote station. 1) Accessories: Local/Off/Remote selector to include padlock mount for the Off position. C. Include auxiliary contacts for remote indication of switch position on LCD display. Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557- 13 100%Submittal 0515-239525 9/16/20 20. Manufacturers: Provide products by one of the following. a. Limitorque MX as manufactured by Flowserve Corporation. For Raw Water Flow control ball valve - Series MXa-20 Electric Actuator, 18-20 rpm, solid-state starter package (1200 starts/hr), Modutronic package (4-20 mA), NEMA 4X Remote mounted control station (showing digital valve position readout as 0-100%with momentary control), WG-04-1SDB Quarter Turn gearbox, with complete operating time of>200 seconds. b. IQ/IQM as manufactured by Rotork,Plc. For the Raw Water flow control ball valve — Series IQM20 Electric Actuator, 20 rpm, solid-state starter package (1200 starts/hr), Folo-CPT package (4-20 mA), NEMA 4X Remote mounted hand station RHS-SP-EXS, MOWR Quarter Turn Gearbox,with complete operating time of>200 seconds. C. Or equal by EIM TEC2000 as manufactured by Allied Valve, Inc. d. Substitutions: None permitted 2.6 SOURCE QUALITY CONTROL A. Section 014000 "Quality Requirements"for testing, inspection, and analysis requirements. B. Factory Testing: 1. Shop inspect and test completed assemblies. 2. Factory performance test each actuator and supply individual test certificates. Submit test certificates prior to shipment of valve actuators. Test equipment to simulate a typical valve load, and record the following parameters: a. No load current. b. Current at maximum torque setting. C. Stall current. d. Torque at maximum torque setting. e. Stall torque. f. Test voltage and frequency. g. Flash test voltage. It. Actuator output speed. C. Owner Inspection: I. Make completed valve actuator assembly available for inspection at manufacturer's factory prior to packaging for shipment. 2. Notify Owner at least seven days before inspection is allowed. D. Owner Witnessing: 1. Allow witnessing of factory inspections and test at manufacturer's test facility. 2. Notify Owner at least seven days before inspections and tests are scheduled. Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557- 14 100%Submittal 0515-239525 9/16/20 E. Certificate of Compliance: 1. If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. 2. Specified shop tests are not required for Work performed by approved manufacturer. PART 3 -EXECUTION 3.1 EXAMINATION A. Section 017300 "Execution,"for installation examination requirements. B. Verify field dimensions are as indicated on Shop Drawings. 3.2 INSTALLATION A. Install products plumb, square, and true according to manufacturer's published installation instructions. B. Securely mount actuators using brackets or hardware specifically designed for attachment to valves. C. Extend chain actuators to 5-1/2 feet above operating floor level. 3.3 FIELD QUALITY CONTROL A. Section 014000 "Quality Requirements"for inspecting and testing requirements. B. Section 017300 "Execution" for testing,adjusting, and balancing requirements. C. After installation, inspect for proper supports and interferences according to manufacturer's requirements and Section 400551 "Common Requirements for Process Valves.' D. Repair damaged coatings with material equal to original coating as specified in Section 099100 -Painting. 3.4 ADJUSTING A. Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on-site assistance in adjusting system to suit actual occupied conditions. Perform adjustments during normal occupancy hours. 3.5 DEMONSTRATIONS A. Refer to Section 017900 "Demonstration and Training." Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557- 15 100%Submittal 0515-239525 9/16/20 B. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain actuators. 1. Time Duration: Allow four hours during a single day. C. Videotape one demonstration of a typical actuator and one demonstration of a non-typical actuator as agreed upon by service representative and Owner. Give single videotape with both demonstrations to Owner as part of closeout submittals. END OF SECTION 400557 Westside WTP Plate Settler Expansion Project Actuators for Process Valves and Gates City of Fort Worth 400557- 16 100%Submittal 0515-239525 9/16/20 SECTION 400563 -BALL VALVES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Rubber-seated Flow Control ball valves. 2. Metal-seated Flow Control ball valves. 3. Plastic ball valves. i B. Related Requirements: 1. Section 400551 "Common Requirements for Process Valves" for basic materials and methods related to valves commonly used for process systems. 2. Section 400507 "Hangers and Supports for Process Piping" for anchors and supports. 3. Section 400524"Steel Process Pipe" 4. Section 400557 "Actuators for Process Valves and Gates" 5. Section 099100 "Painting" for preparing, priming, and painting surfaces, including field- applied and equipment finishing. 1.3 COORDINATION A. Section 013100 "Project Management and Coordination" and related Division 01 Specifications: Requirements for coordination. B. Coordinate Work of this Section with installation of process piping. 1.4 PREINSTALLATION MEETINGS A. Section 013120 "Project Management and Meetings": Requirements for preinstallation meeting. 1.5 ACTION SUBMITTALS A. As specified Section 400551 "Common Requirements for Process Valves" for submittal requirements for compliance with this Section. B. Section 013300 "Submittal Procedures" for requirements for submittals. Westside WTP Plate Settler Expansion Project Ball Valves City of Fort Worth 400563- 1 100%Submittal 0515-239525 9/16/20 C. Product Data: Submit manufacturer catalog information clearly highlighting all relevant data for the project valve size, materials, performance characteristics with head loss curves and Cv info, and cite location of use. D. Shop Drawings: Submit assembly drawings indicating materials, dimensions, weights, and end connections. E. Cavitation Analysis: Submit complete head loss data, valve throttling characteristic curves and data tables (Cv/%Cv vs %open/angle) specific to project valve sizes, cavitation analysis for every flow control/modulating valves for various hydraulic conditions indicated on the Drawings and as required by Engineer. F. O&M Manual: Submit O&M Manual in accordance with Section 017823 1.6 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. B. Manufacturer Instructions: Submit special procedures and setting dimensions. C. Source Quality-Control Submittals: Indicate results of factory tests and inspections. Provide NSF 61 and NSF 372 certifications. D. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. E. Manufacturer Reports: Certify that equipment has been installed according to manufacturer instructions. F. Qualifications Statements: 1. Submit qualifications for manufacturer and installer. 2. Submit manufacturer's approval of installer. 1.7 CLOSEOUT SUBMITTALS A. Section 017719 "Closeout Procedures": Requirements for submittals. B. Project Record Documents: Record actual locations of butterfly valves. 1.8 QUALITY ASSURANCE A. Materials in Contact with Raw Process or Potable Water: Certified to NSF 61 and NSF 372. B. Test valves in accordance with AWWA C504, API 598, MSS SP61 as applicable for types listed herein. C. Provide Installation Inspection and Operator Training per Section 400551 "Common Requirements for Process Valves." Westside WTP Plate Settler Expansion Project Ball Valves City of Fort Worth 400563-2 100%Submittal 0515-239525 9/16/20 D. Provide testing and inspection certificates. E. Submit an affidavit of compliance stating that the valves have been manufactured and tested in accordance with AWWA C507 standard, constructed with NSF 61 certified internal coatings, and specifically listing all exceptions. 1.9 WARRANTY A. Section 017719"Closeout Procedures": Requirements for warranties. B. Furnish five-year manufacturer's warranty for rubber seat and metal seat ball valves. PART 2-PRODUCTS 2.1 AWWA RUBBER-SEATED BALL VALVES - Tag Type BV 1 A. Service: Use 100% full-port rubber seated ball valves for flow-modulating application on the Raw Water Valve Vault, as indicated on the Drawings. As an alternative use metal seated ball valves as specified herein. B. Ball valve for Raw Water Flow control shall be capable of throttling flows between 3 mgd and 40 mgd for a range of upstream pressures between 14 and 30 psig and downstream pressures between 9.7 and 10.7 psig measure at raw water pipe in the vault. C. MantrfactUrcrs: 1. Pratt, or Val-Matic. 2. Substitutions: Not permitted. D. 4 Inches through 60 Inches: 1. AWWA C507, Class 150. 2. Minimum Working Pressure: 150 psig. 3. Design minimum fluid velocity: 40 feet per second continuous and up to 50 feet per second intermittently. 4. Maximum Process Fluid Temperature: 95 deg. F. 5. Body: a. Material: Ductile iron,ASTM A536 . b. Seats: Rubber,Buna-N. 6. Ball: a. Valve shall be three piece cast construction double seat for bi-directional shut-off. Self-cleaning,non-clogging ball design. b. Material: Ductile iron,ASTM A536 . C. Surfacing: Stainless steel. 7. Bearing Seal, O-Rings, and Packing: Buna-N. Westside WTP Plate Settler Expansion Project Ball Valves City of Fort Worth 400563-3 100%Submittal 0515-239525 9/16/20 8. Shaft and Attachment Pins: Type 316 stainless steel, or Type 630 H 1150 17-4 PH. 9. Bearings: PTFE-lined with fiberglass backing. 10. Shaft Seals: Self-lubricating and self-adjusting. Valve seats shall be field adjustable without dismantling the operator, ball or shaft. 11. Connecting Hardware: Type 316 stainless steel. 12. End Connections: a. Flanged: Comply with ASME B 16.1. 13. Coatings: Internal and external coatings shall be NSF61 fusion bonded epoxy per AWWA C550 14. Accessories: Valve body shall have integral support legs or pads. E. Actuator/Operator: Handwheel/Gear box or Electrically actuated as required per Drawings. Valve actuators shall conform to the requirements of AWWA C507 and shall be designed to hold the valve in any intermediate position between closed and open without creeping or fluttering. Electric, modulating actuator for raw water flow control, as specified in Section 400557 "Actuators for Process Valves. 2.2 THERMOPLASTIC BALL VALVES A. MfflmtlaCttlrCrS: 1. George Fischer,ASAHI, Spears. 2. Substitutions: Not permitted. B. Description: 1. Minimum Working Pressure: 150 psig. 2. Maximum Process Fluid Temperature: 95 deg. F. 3. Ports: Full size. 4. End Connections: a. Flanged: Comply with ASME B 16.1. b. True Union, C. Operator: Hand lever or Electrically actuated. D. Materials: 1. Body and Ball: SCH 80 PVC, ASTM D 1784 CPVC,ASTM D 1784. 2. Seats: PTFE. 2.3 METAL SEAT FULL-PORT BALL CONTROL VALVES (TAG FPBV) A. Service: Use full-port ball valves for flow-modulating applications on the Raw Water Valve Vault,as indicated on the Drawings. Westside WTP Plate Settler Expansion Project Ball Valves City of Fort Worth 400563-4 100%Submittal 0515-239525 9/16/20 B. Manufacturers: 1. DeZurik. 2. Ross 3. Substitutions: As specified in Section 016000"Product Requirements." C. Description: 1. Comply with ASTM A536 (250#Class) and AWWA C507. 2. Minimum Working Pressure: 150 psi. 3. Maximum Temperature Rating: 150 Deg. F. 4. Body: ANSI B 16.1 Class 150, integrally cast, rigidly attached corrosion resistant metal seat. 5. Body—Trunnion End: Ductile Iron. 6. Ball: integrally cast,bronze bushed trunnions. 7. Seats: 400 Series Monel. 8. Operating Shaft: 174PH high strength stainless steel. 9. End Connections: ANSI Class 150 Flange. 10. Bearings: Bronze bushing for body is ASTM B271-C95400; bronze journal for all is ASTM B584-C93200. 11. The sealing device shall be capable of being removed and having its seals replaced without removing the vale from the line. 12. The ball shaft shall be so designed that the factor of safety for all combined stresses shall be at least five to one. 13. Maximum torsional deflection shall not exceed 1/6 degree per foot of unsupported length using a seat coefficient of friction of 0.5 and a bearing coefficient of friction of 0.3. D. Actuator: 1. Electric,modulating, as specified in Section 400557"Actuators for Process Valves." 2.4 SOURCE QUALITY CONTROL A. Section 014000 "Quality Requirements" for requirements for testing, inspection, and analysis. B. As specified in Section 400551 "Common Requirements for Process Valves." C. Testing: Test ball valves according to AWWA C507. PART 3 -EXECUTION 3.1 INSPECTION A. As specified Section 400551 "Common Requirements for Process Valves" for submittal requirements for compliance with this Section. B. Verify that field dimensions are as indicated on Shop Drawings. Westside WTP Plate Settler Expansion Project Ball Valves City of Fort Worth 400563-5 100%Submittal 0515-239525 9/16/20 C. Inspect existing flanges for nonstandard bolt hole configurations or design, and verify that new pipe and flanges mate properly. 3.2 INSTALLATION A. According to AWWA C507 and Manufacturer's instructions. B. As specified in Section 400551 "Common Requirements for Process Valves." 3.3 FIELD QUALITY CONTROL A. Section 014000 "Quality Requirements" for requirements for inspecting and testing. B. Section 017300 "Execution"for requirements for testing, adjusting, and balancing. C. Inspect for interferences and proper valve supports. D. Testing: 1. As specified in Section 400551 "Common Requirements for Process Valves." 2. Demonstrate operation of control valves without undue noise or vibration. E. Manufacturer Services: Furnish services of manufacturer's representative experienced in installation of products furnished under this Section for not less than 8 hours on Site for installation, inspection, startup, field testing, and instructing Owner's personnel in operation and maintenance of equipment. F. Equipment Acceptance: 1. Adjust, repair, modify, or replace components failing to perform as specified and rerun tests. 2. Make final adjustments to equipment under direction of manufacturer's representative. 3. Repair damaged coatings with material equal to original coating. G. Furnish installation certificate from equipment manufacturer's representative attesting that equipment has been properly installed and is ready for startup and testing. 3.4 CLEANING A. Sections 017300 "Execution"and 017719 "Closeout Procedures": Requirements for cleaning. B. Keep valves clean as installation progresses. 3.5 DEMONSTRATION A. Section 017900 "Demonstration and Training": Requirements for demonstration and training. Westside WTP Plate Settler Expansion Project Ball Valves City of Fort Worth 400563-6 100%Submittal 0515-239525 9/16/20 3.6 Demonstrate equipment startup, shutdown, routine maintenance, and emergency repair procedures to Owner's personnel. END OF SECTION 400563 i Westside WTP Plate Settler Expansion Project Ball Valves City of Fort Worth 400563-7 100%Submittal 0515-239525 9/16/20 It, Valve shaft to be of Type 304 stainless steel and designed for both torsional and shearing stresses when the valves is operated under its greatest dynamic or seating torque. No reductions of shaft diameter will be allowed except at the operator connection. Any reduction to have a full radius fillet. 9. Seats: a. Mounting: On disc. b. For body mounted seats, supply machined metal seating edges on disc. Seats mechanically retained and adjustable with common tools for valves larger than 24- inch. C. For disc mounted seats, fasten with a segmented or one-piece machined metal retaining ring, and self-locking bolts or set screws, fully adjustable with common tools. Machined metal seat ring installed in the valve body. d. Type: Resilient and replaceable. Field adjustable and replaceable. C. Actuator: 1. Handwheel or Electrically actuated as shown on the drawings. 2. Gear Actuators for Manual Valves: Comply with AWWA C504. Gearing for actuators where required totally enclosed in a gear case. Include permanent indicators with raised or engraved marks to show position of valve disc 3. For the Filter 5 inlet valve remove the gear box, replace with electric actuators and adapt to the existing torque tubes on the existing valve as shown on the drawings. 4. Filter 5 effluent/outlet flow control valve shall be provided with a modulating service actuator. D. Materials: 1. Body: Cast iron,ASTM A126 or Ductile iron,ASTM A536. 2. Stem: ASTM A276 Type 316 SS. 3. Disc: Cast iron, ASTM A48, Class 40; Ni-Resist, ASTM A436, Type 1; Ductile iron, ASTM A536, Grade 65-45-12. 4. Seats: a. Elastomer: EPDM. b. Retaining Ring: ASTM A276 Type 316 SS. C. Seat Ring: ASTM A276 Type 316 SS 5. Bearings: a. Sleeve: Nylatron. b. Thrust: Bronze ASTM 763,Alloy C99500. 6. Connecting Hardware: ASTM A276 Type 316 SS. E. Finishes: 1. As specified in Section 400551 "Common Requirements for Process Valves." 2. Manufacturers standard fusion bonded epoxy. 3. NSF 61 compliant for potable water service valves. Westside WTP Plate Settler Expansion Project Butterfly Valves City of Fort Worth 400564-4 100%Submittal 0515-239525 9/16/20 2.2 BUTTERFLY VALVES FOR AIR SERVICE-Tag Type BFV2 A. Manufacturers: 1. Bray. 2. DeZurik. 3. Henry Pratt. 4. Mueller Steam Specialty. 5. Substitutions: Not permitted. B. Description: 1. Comply with MSS SP 67,API 609,ANSI B 16.104, ISO 5211 shaft standard. 2. Minimum Working Pressure: a. Air Service(Tag Type BFV2A): 50 psig. 3. Maximum Process Fluid Temperature: a. Air service (Tag Type BFV2A): 250 deg F continuous and 300 F deg intermittent operation. 4. Body Style: Lugged for installation between ANSI 125/150 flanges, or Flanged as acceptable to Engineer. 5. Disc: concentric,undercut for air service valves. 6. Shaft: two-piece design, square or double D input to Capable for mechanical separation from disc without damage to shaft or disc. 7. Bearings: Self-lubricating of TFE coated stainless steel. 8. Shaft Seals/Packing: a. Multiple O-rings. b. Mechanically retained. 9. Seats: a. Cartridge type. b. Resilient and replaceable. Field adjustable and replaceable. 10. Shaft seal to be provided to prevent air leakage to protect bearings form internal or external corrosion. 11. Shafts to be one piece and to be Type 316 stainless steel. Shafts to be finished ground and polished to minimize bearing and shaft seal wear. Shafts of 8-inch and larger valves to have a non-adjustable thrust collar. 12. All manually actuated valves 10-in and larger to be operated using a geared actuator. All units to have adjustable open and closed position stops with provision to prevent accidental adjustment changes. 13. Operating shaft to be supported axially and radially at input end by permanently lubricated bronze thrust and sleeve bearings. 14. Valves to be compatible with stainless steel piping specified in Section 400523. Westside WTP Plate Settler Expansion Project Butterfly Valves City of Fort Worth 400564-5 100%Submittal 0515-239525 9/16/20 C. Actuator: 1. Ten-position lever handle if manual, Electrically actuated as shown on Drawings. 2. Gear Actuators for Manual Valves: Comply with AWWA C504. D. Materials: 1. Body: Ductile iron,ASTM A536 or ASTM A351 CFBM Type 316 SS. 2. Stem: ASTM A582 Type 416 SS or 17-4 PH SS or ASTM A276 Type 316 SS. 3. Disc: Ductile iron, ASTM A536 65-45-12 with a disc edge of Monet, Type 316 SS, or welded nickel machined to a smooth surface. 4. Disc Coating: EPDM 5. Seats: a. Elastomer: EPDM. b. Cartridge frame: live backed ASTM A276 Type 316 SS. C. Seat Ring: ASTM A276 Type 316 SS . 6. Bearings: PTFE Gar-Fit reinforced 7. O Ring Seals: EPDM or Buna-N. 8. Seats capable of bubble tight shutoff in either direction 9. All materials shall be NSF 61 compliant. E. Finishes: 1. As specified in Section 400551 "Common Requirements for Process Valves." 2. Manufacturers standard fission bonded epoxy. 3. Manufacturers polyester powder coat. F. NSF 61 compliant for potable water service valves 2.3 HIGH PERFORMANCE BUTTERFLY VALVES FOR FLUID CONTROL- Tag Type BFV3 A. MatlUfaCtUt'er5: 1. DeZurik BHP. 2. Cameron WKM DynaCentric. 3. Bray Series 40. 4. Jamesbury Model 815L. 5. Crane Flowseal Soft Seat. 6. Henry Pratt HP Series. 7. Substitutions: Not permitted. B. Description: 1. Comply with MSS SP 25, 44, 55, 61, 67, 68, API 609, ANSI B16.5, 16.34, 16.47, ISO 5211. 2. Filter 5 effluent/outlet flow control valve shall be suitable for modulating service. Submit cavitation analysis. Westside WTP Plate Settler Expansion Project Butterfly Valves City of Fort Worth 400564-6 100%Submittal 0515-239525 9/16/20 3. Minimum Working Pressure: a. Fluid Service(Tag Type BFV3F) 150 psig. b. Seats capable of bubble tight shutoff in either direction 4. Maximum Process Fluid Temperature: a. Fluid service(Tag Type BFV3F) 95deg. F. 5. Body Style: Lugged for water service. Lugs shall be compatible with steel piping specified in section 400524"Steel Pipe." 6. Disc: eccentric, single offset design to provide linear flow control 7. Shaft: single or two-piece design, taper pinned. Capable for mechanical separation from disc without damage to shaft or disc. Include non-adjustable thrust collar. 8. Bearings: Permanently self-lubricating. Sized to withstand bearing loads and support operating shaft axially and radially at input end. 9. Shaft Seals/Packing: a. Multiple square rings. b. Multiple V-rings. C. mechanically retained. d. Blow out proof retainer. 10. Seats: a. Mechanically retained. b. Energized. C. Located in body. d. Resilient and replaceable. Field replaceable. C. Actuator: 1. Handwheel or Electrically actuated. 2. Gear Actuators for Manual Valves: Comply with AWWA C504. Gearing for actuators where required totally enclosed in a gear case. Include permanent indicators with raised or engraved marks to show position of valve disc. 3. For filter backwash control valve electric motor operators to be rated for throttling service, capable of a minimum 12 starts per day (14 filter backwash events per day) and continuous modulating operation over a full filter backwash cycle for 60 minutes. 4. For filter effluent control valve provide electrical operators for throttling service. This valve will modulate to control filter effluent flow rate at varying head losses /buildup in the filter box upstream and varying break tank water levels downstream. D. Materials: 1. Body: ASTM A351 CF8M Type 316 SS. 2. Stem: Type 410 SS or ASTM A582 Type 416 SS or ASTM A276 Type 316 SS. 3. Disc: ASTM A351 CF8M 316 SS. 4. Taper pins: ASTM A564 Type 630 SS. 5. Seat elastomer: virgin PTFE reinforced with ASTM B265 Titanium Grade 3. 6. Seat retainer: ASTM A276, Type 316. Westside WTP Plate Settler Expansion Project Butterfly Valves City of Fort Worth 400564-7 100%Submittal 0515-239525 9/16/20 7. Shaft Bearings: PTFE encapsulated Type 316 SS. 8. Thrust Bearings: Type 316 SS. 9. Shaft Seals: Teflon Chevron packing. 10. Seal Retaining rings and thrust washers: ASTM A240 Type 316 SS. E. Finishes: 1. As specified in Section 400551 "Common Requirements for Process Valves." 2. Manufacturers standard fusion bonded epoxy. 3. Manufacturers polyester powder coat. 4. No coatings for stainless steel body valves. F. NSF 61 compliant for potable water service valves 2.4 SOURCE QUALITY CONTROL A. Section 014000 "Quality Requirements" for requirements for testing, inspection, and analysis. B. As specified in Section 400551 "Common Requirements for Process Valves." C. Testing: Test butterfly valves according to AWWA C504. D. Submit an affidavit of compliance stating that the valves have been manufactured and tested in accordance with AWWA C504 and specifically list all exceptions. PART 3 -EXECUTION 3.1 EXAMINATION A. As specified Section 400551 "Common Requirements for Process Valves" for submittal requirements for compliance with this Section. B. Verify that field dimensions are as indicated on Shop Drawings, C. Inspect existing flanges for nonstandard bolt hole configurations or design, and verify that new pipe and flanges mate properly. 3.2 INSTALLATION A. As specified in Section 400551 "Common Requirements for Process Valves." B. According to Manufacturer's Instructions. C. Van Stone flanges shall not be used with industrial butterfly valves, or other piping system components having an elastomer liner that is used as a gasket. Westside WTP Plate Settler Expansion Project Butterfly Valves City of Fort Worth 400564-8 100%Submittal 0515-239525 9/16/20 3.3 FIELD QUALITY CONTROL A. Section 014000 "Quality Requirements" for requirements for inspecting and testing. B. Section 017300 "Execution"for requirements for testing, adjusting, and balancing. C. Inspect for interferences and proper valve supports. D. Testing: 1. As specified in Section 400551 "Common Requirements for Process Valves." 2. Demonstrate operation of control valves without undue noise or vibration. E. Manufacturer Services: Furnish services of manufacturer's representative experienced in installation of products furnished under this Section for not less than 8 hours on Site for installation, inspection, startup, field testing, and instructing Owner's personnel in operation and maintenance of equipment. F. Equipment Acceptance: 1. Adjust, repair, modify, or replace components failing to perform as specified and rerun tests. 2. Make final adjustments to equipment under direction of manufacturer's representative. 3. Repair damaged coatings with material equal to original coating. G. Furnish installation certificate from equipment manufacturer's representative attesting that equipment has been properly installed and is ready for startup and testing. 3.4 CLEANING A. Sections 017300"Execution" and 017719 "Closeout Procedures": Requirements for cleaning. B. Keep valves clean as installation progresses. 3.5 DEMONSTRATION A. Section 017900 "Demonstration and Training": Requirements for demonstration and training. B. Demonstrate equipment startup, shutdown, routine maintenance, and emergency repair procedures to Owner's personnel END OF SECTION 400564 Westside WTP Plate Settler Expansion Project Butterfly Valves City of Fort Worth 400564-9 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Butterfly Valves City of Fort Worth 400564- 10 100%Submittal 0515-239525 9/16/20 SECTION 400565.23 - SWING CHECK VALVES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: Swing check valves 3 inches (75 mm) and larger. B. Related Requirements: 1. Section 099100"Painting": Coating and touchup of shop-primed surfaces with primer. 2. Section 400551 "Common Requirements for Process Valves": Basic materials and methods related to valves commonly used for process systems. 1.3 COORDINATION A. Section 400551 -Common Requirements for Process Valves-valve schedule B. Coordinate Work of this Section with piping and equipment connections as specified in other Sections and as indicated on Drawings. 1.4 PREINSTALLATION MEETINGS A. Section 013120 "Project Management and Meetings": Requirements for preinstallation meeting. B. Section 400551 "Common Requirements for Process Valves". 1.5 ACTION SUBMITTALS A. As specified Section 400551 "Common Requirements for Process Valves" for submittal requirements for compliance with this Section. B. Product Data: Submit manufacturer's catalog information clearly highlighting all relevant data for the project valve size, indicating materials of construction and compliance with indicated standards. C. Shop Drawings: Submit assembly drawings indicating materials, dimensions, weights, and end connections. Westside WTP Plate Settler Expansion Project Swing Check Valves City of Fort Worth 400565.23- I 100%Submittal 0515-239525 9/16/20 1.6 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. B. Manufacturer Instructions: Submit special procedures and setting dimensions. C. Source Quality-Control Submittals: Indicate results of factory tests and inspections. Provide NSF 61 and NSF 372 certifications. D. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. E. Manufacturer Reports: Certify that equipment has been installed according to manufacturer instructions. F. Qualifications Statements: 1. Submit qualifications for manufacturer and installer. 2. Submit manufacturer's approval of installer. 1.7 CLOSEOUT SUBMITTALS A. Section 017719 "Closeout Procedures": Requirements for submittals. B. Project Record Documents: Record actual locations of piping, valves and other appurtenances, connections, and centerline elevations. 1.8 QUALITY ASSURANCE A. Materials in Contact with Potable Water: Certified to NSF 61 and NSF 372. B. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five years' experience. C. Provide Installation Inspection and Operator Training per Section 400551 "Common Requirements for Process Valves." D. Provide testing and inspection certificates. E. Submit an affidavit of compliance stating that the valves have been manufactured and tested in accordance with AWWA C508, constructed with NSF 61 certified internal coatings, and specifically listing all exceptions. 1.9 DELIVERY, STORAGE,AND HANDLING A. Comply with Section 400551 "Common Requirements for Process Valves". B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. Westside WTP Plate Settler Expansion Project Swing Check Valves City of Fort Worth 400565.23-2 100%Submittal 0515-239525 9/16/20 C. Store materials according to manufacturer instructions. D. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Protect valves and appurtenances by storing off ground. 3. Protect valve ends from entry of foreign materials by providing temporary covers and plugs. 4. Provide additional protection according to manufacturer instructions. 1.10 WARRANTY A. Section 017719 "Closeout Procedures": Requirements for warranties. B. Furnish two-year manufacturer's warranty for swing check valves. PART 2 -PRODUCTS 2.1 IRON BODY SWING CHECK VALVES 4-INCH AND LARGER-Tag Type SCV 1 A. Manufacturers: 1. Val-Matic: 2. DeZURIK 3. Or approved equal by GA 4. Substitutions: Not Permitted. B. Description: 1. Comply with AWWA C508. 2. Size: 4 inches and larger. 3. Type: Swing, metal disc, with hinge shaft extended from body, sealed with stuffing box, packing and gland. Furnish outside lever and control specified below or in valve schedule. 4. Maximum Fluid Temperature: 95 degrees F. 5. Disc controller: a. adjustable weight b. spring. 6. Mounting: Horizontal or vertical. 7. End Connections: Flanged unless otherwise noted in drawings. Westside WTP Plate Settler Expansion Project Swing Check Valves City of Fort Worth 400565.23-3 100%Submittal 0515-239525 9/16/20 C. Materials: 1. Body and Cover: Ductile iron,ASTM A536. 2. Disc: Ductile iron,ASTM A536. 3. Seat: Field replaceable, aluminum-bronze ASTM B 148, or Type 304 stainless steel . 4. Cover hardware: silicon bronze 5. Chamber and Plunger: Bronze,ASTM B62. 6. Hinge Shaft and Key: Stainless steel. 7. Hinge Shaft Gland: A582 Type 416 Stainless Steel 8. Packing and O-Ring: Buna N. 9. Grease Fittings: Type 316 stainless steel 10. Rubber Components: Buna-N. 11. Connecting Hardware: Type 304 stainless steel. D. Controls I. Position switches: lever type, NEMA 7 enclosure, SPST, 120VAC, 6A, Square D Type 9007CR or approved equal. 2. Bracket and hardware: Type 316 stainless steel. E. Finishes: As specified in Section 400551 "Common Requirements for Process Valves". 2.2 RUBBER FLAPPER SWING CHECK VALVES 3-INCH AND LARGER FOR MEMBRANE FEED PUMP DISCHARGE -Tag Type SCV2 A. Manufacturers: 1. Val-Matic: Swing FlexO Swing Check Valve 2. DeZURIK: APCO Rubber Flapper Swing Check Valves (CRF) 3. Crispin: RF Series 4. GA: Figure 20ODPI Rubber Flapper 5. Substitutions:Not Permitted. B. Description: I. Comply with AWWA C508, Class 150. 100% flow area, low head loss, tight sealing at low and high pressures, quick closing slain-resistant operation, non-clog design, ability to replace internal parts and disc via removable cover without dismantling valve. 2. Size: 4 inches and larger. 3. Type: Swing, ribber encapsulated metal disc, movement provided via flexing of reinforced rubber tab. 4. Seat: resilient, integral with rubber disc encapsulation. 5. Working Pressure Range: 40- 150 psig 6. Maximum Fluid Temperature: 95 deg F. 7. Disc controller: a. Spring 8. Mounting: Horizontal or Vertical per Drawings. 9. End Connections: Flanged,ASME B 16.42 Westside WTP Plate Settler Expansion Project Swing Check Valves City of Fort Worth 400565.23-4 100%Submittal 0515-239525 9/16/20 C. Materials: 1. Body and Cover: Ductile iron,Grade 65-45-12 ASTM A536. EPDM lined. 2. Disc: Steel encapsulated with reinforced EPDM rubber. 3. Seat: Integral to disc encapsulation 4. Cover hardware: Type 316 stainless steel. 5. Closure spring: Type 316 stainless steel. 6. Dampener: Type 316 stainless steel. 7. Connecting Hardware: Type 316 stainless steel. 8. Internal and Exterior coatings: Fusion Bonded Epoxy-AWWA C550,NSF 61 certified D. Accessories: Furnish with mechanical visual position indicator. E. Controls 1. Position switches: lever type, NEMA 7 enclosure, SPST, 120VAC, 6A, Square D Type 9007CR or approved equal. 2. Bracket and hardware: Type 316 stainless steel. F. Finishes: As specified in Section 400551 - Common Requirements for Process Valves. 2.3 SOURCE QUALITY CONTROL A. Section 014000 Quality Requirements: Requirements for testing, inspection, and analysis. B. Section 400551 "Common Requirements for Process Valves". C. Testing: 1. Hydrostatically test check valves at twice rated pressure according to AWWA C508. 2. Permitted Leakage at Indicated Working Pressure: None. Submit test reports prior to shipping. PART 3 -EXECUTION 3.1 EXAMINATION A. Section 017300 "Execution": Requirements for installation examination. B. Verify that field dimensions are as indicated on Shop Drawings. C. Inspect existing flanges for nonstandard bolt-hole configurations or design and verify that new valve and flange mate properly. 3.2 PREPARATION A. Thoroughly clean valves before installation. Westside WTP Plate Settler Expansion Project Swing Check Valves City of Fort Worth 400565.23-5 100%Submittal 0515-239525 9/16/20 B. Surface Preparation: 1. Touch up shop-primed surfaces with primer as specified in Section. 2. Solvent-clean surfaces that are not shop primed. 3. Clean surfaces to remove loose rust, mill scale, and other foreign substances by commercial sand blasting; SSPC SP 6. 4. Prime surfaces as specified in Section. 3.3 INSTALLATION A. According to AWWA C508 and manufacturer instructions. B. Dielectric Fittings: Provide between dissimilar metals. 3.4 FIELD QUALITY CONTROL A. Section 014000 "Quality Requirements" for requirements for inspecting and testing. B. Section 017300 "Execution" for requirements for testing, adjusting, and balancing. C. Inspect for interferences and proper valve supports. D. Testing: 1. As specified in Section 400551 "Common Requirements for Process Valves." 2. Demonstrate operation of control valves without undue noise or vibration. 3. Cycle test valve disc 1,000,0000 times in accordance with ANSI/AWWA C508 and show no signs of wear, cracking, or distortion to the valve disc or seat and to remain drop tight at both high and low pressures. E. Manufacturer Set-vices: Furnish services of manufacturer's representative experienced in installation of products furnished under this Section for not less than 8 hours on Site for installation, inspection, startup, field testing, and instructing Owner's persomlel in operation and maintenance of equipment. F. Equipment Acceptance: I. Adjust, repair, modify, or replace components failing to perform as specified and rerun tests. 2. Make final adjustments to equipment under direction of manufacturer's representative. 3. Repair damaged coatings with material equal to original coating. G. Furnish installation certificate from equipment manufacturer's representative attesting that equipment has been properly installed and is ready for startup and testing. H. Pressure test valves with piping. Westside WTP Plate Settler Expansion Project Swing Check Valves City of Fort Worth 400565.23-6 100%Submittal 0515-239525 9/16/20 3.5 CLEANING A. Sections 017300 "Execution"and 017719"Closeout Procedures": Requirements for cleaning. B. Deep valves clean as installation progresses. 3.6 DEMONSTRATION A. Section 017900 "Demonstration and Training": Requirements for demonstration and training. B. Demonstrate equipment startup, shutdown, routine maintenance, and emergency repair procedures to Owner's personnel. END OF SECTION 400565.23 i Westside WTP Plate Settler Expansion Project Swing Check Valves City of Fort Worth 400565.23-7 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Swing Check Valves City of Fort Worth 400565.23-8 100%Submittal 0515-239525 9/16/20 SECTION 400578.11 -AIR RELEASE VALVES FOR WATER SERVICE PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: Air release valves for water treatment facilities. B. Related Requirements: 1. Section 099100 "Painting" for preparing, priming, and painting surfaces, including field- applied and equipment finishing. 2. Section 400507 "Hangers and Supports for Process Piping" for anchors and supports. 3. Section 400524—"Steel Process Pipe" 4. Section 400551 "Common Requirements for Process Valves" for typical product and installation requirements for valves specified in this Section. 1.3 COORDINATION A. Section 013100 "Project Management and Coordination" and related Division 01 Specifications: Requirements for coordination. B. Coordinate Work of this Section with installation of process piping. 1.4 PREINSTALLATION MEETINGS A. Section 013120 "Project Management and Meetings": Requirements for preinstallation meeting. B. Section 400551 —Common Requirements for Process Valves. 1.5 ACTION SUBMITTALS A. Section 013300 "Submittal Procedures" for requirements for submittals. B. Product Data: Submit manufacturer catalog information clearly highlighting all relevant data for the project valve size,materials, and cite location of use. C. Shop Drawings: Submit assembly drawings indicating materials, dimensions, weights, and end connections. Westside WTP Plate Settler Expansion Project Air Release Valves for Water Service City of Fort Worth 400578.11 - I 100%Submittal 0515-239525 9/16/20 D. O&M Manual: Submit O&M Manual in accordance with Section 017823. 1.6 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. B. Manufacturer Instructions: Submit special procedures and setting dimensions. C. Source Quality-Control Submittals: Indicate results of factory tests and inspections. Provide NSF 61 and NSF 372 certifications. D. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. E. Manufacturer Reports: Certify that equipment has been installed according to manufacturer instructions. F. Qualifications Statements: 1. Submit qualifications for manufacturer and installer. 2. Submit manufacturer's approval of installer. 1.7 CLOSEOUT SUBMITTALS A. Section 017719 "Closeout Procedures": Requirements for submittals. B. Project Record Documents: Record actual locations of air release valves. 1.8 QUALITY ASSURANCE A. Materials in Contact with Potable Water: Certified to NSF 61 and NSF 372. B. Maintain one copy of each standard affecting Work of this Section on Site. 1.9 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five years' documented experience. B. Installer: Company specializing in performing Work of this Section with minimum five years' documented experience. 1.10 DELIVERY, STORAGE,AND HANDLING A. Section 016000 "Product Requirements" for requirements for transporting, handling, storing, and protecting products. Westside WTP Plate Settler Expansion Project Air Release Valves for Water Service City of Fort Worth 400578.11 -2 100%Submittal 0515-239525 9/16/20 B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C. Store materials according to manufacturer instructions. D. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Furnish temporary end caps and closures on piping and fittings and maintain in place until installation. 3. Provide additional protection according to manufacturer instructions. 1.11 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.12 WARRANTY A. Section 017719 "Closeout Procedures": Requirements for warranties. B. Furnish five-year manufacturer's warranty for air release valves. PART2 -PRODUCTS 2.1 AIR RELEASE VALVES FOR WATER SERVICE—Tag Type ARV 1 A. Manufacturers: l. DeZurik(APCO). 2. Val-Matic Valve&Manufacturing Corp. 3. GA. 4. Crispin Valve. 5. Substitutions: Not permitted. B. Description: I. Comply with AWWA C512. 2. Suitable for corrosive service. 3. Small orifice assembly air release valves: a. Automatically release air accumulations from pipe while under positive pressure. Westside WTP Plate Settler Expansion Project Air Release Valves for Water Service City of Fort Worth 400578.11 -3 100%Submittal 0515-239525 9/16/20 b. When valve body fills with air, float mechanism shall fall to open small orifice and exhaust air to atmosphere. C. When air has been exhausted, float mechanism shall be buoyed up and shall tightly close small orifice. 4. Air release valves shall be supplied with shutoff gate, butterfly or ball valves. Isolation valves shall be stainless steel. C. Materials for Metal Valves: 1. Body and Cover: Ductile iron ASTM A536 65-45-12 2. Float: Type 316 stainless steel and attached to a stainless-steel lever mechanism 3. Seat and Seal: EPDM seal with Stainless steel trim. 4. Hardware: Type 316 stainless steel D. Working Pressure: 150 Maximum service pipeline pressure psig. E. Size: As indicated on Drawings. F. End Connections: 1. Size 1/2 to 3 Inches: Threaded. Contractor shall provide 300# half couplings on welded steel pipe. 2. Size 4 Inches and Larger: Flanged. 3. Match connecting pipe. 4. Van Stone flanges shall not be used with pinch valves, industrial butterfly valves; elastomer bellows style expansion joints or other piping system components having an elastomer liner(rubber seat) that is used as a gasket. 2.2 FINISHES A. Prepare piping appurtenances for field finishes as specified in Section 099100"Painting." 2.3 SOURCE QUALITY CONTROL A. Section 014000 "Quality Requirements" for requirements for testing, inspection, and analysis. B. Provide shop inspection and testing of completed assembly. C. Owner Inspection: 1. Make completed air release valve assembly available for inspection at manufacturer's factory prior to packaging for shipment. 2. Notify Owner at least seven days before inspection is allowed. Owner may opt out of factory inspection depending on number of valves and job size D. Owner Witnessing: 1. Allow witnessing of factory inspections and test at manufacturer's test facility. Westside WTP Plate Settler Expansion Project Air Release Valves for Water Service City of Fort Worth 400578.11 -4 100%Submittal 0515-239525 9/16/20 2. Notify Owner at least seven days before inspections and tests are scheduled. Owner may opt out of witnessing depending on number of valves and job size. E. Certificate of Compliance: 1. If fabricator is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at fabricator's facility conforms to Contract Documents. 2. Specified shop tests are not required for Work performed by approved fabricator. PART 3 -EXECUTION 3.1 EXAMINATION A. Section 017300 "Execution": Requirements for installation examination. B. Verify that field dimensions are as indicated on Shop Drawings. C. Inspect existing flanges for nonstandard bolt hole configurations or design, and verify that new pipe and flanges mate properly. D. Van Stone flanges shall not be used with pinch valves, industrial butterfly valves; elastomer bellows style expansion joints or other piping system components having an elastomer liner that is used as a gasket. 3.2 PREPARATION A. Section 017300"Execution": Requirements for installation preparation. B. Thoroughly clean end connections before installation. C. Close pipe and equipment openings with caps or plugs during installation. D. Cleaning: Clean surfaces to remove foreign substances. 3.3 INSTALLATION A. According to manufacturer instructions. B. Provide access for operation, removal, and maintenance, and to avoid discharge to occupied areas or other equipment. C. Vent the valve properly and pipe outlet to nearest drain with Sch 80 PVC piping at a minimum, as shown on Drawings, or as directed by the Engineer. Westside WTP Plate Settler Expansion Project Air Release Valves for Water Service City of Fort Worth 400578.11 -5 100%Submittal 0515-239525 9/16/20 3.4 FIELD QUALITY CONTROL A. Section 014000 "Quality Requirements" for requirements for inspecting and testing. B. Section 017300 `Execution" for requirements for testing, adjusting, and balancing. C. Inspect for interferences and proper supports. D. Testing: 1. As specified in Section 400551 "Common Requirements for Process Valves." 2. Demonstrate operation without undue noise or vibration. E. Manufacturer Services: Furnish services of manufacturer's representative experienced in installation of products ftu•nished under this Section for not less than 8 hours on Site for installation, inspection, startup, field testing, and instructing Owner's personnel in operation and maintenance of equipment. F. Equipment Acceptance: 1. Adjust, repair, modify, or replace components failing to perform as specified and rerun tests. 2. Make final adjustments to equipment under direction of manufacturer's representative. 3. Repair damaged coatings with material equal to original coating. G. Furnish installation certificate from equipment manufacturer's representative attesting that equipment has been properly installed and is ready for startup and testing. 3.5 CLEANING A. Sections 017300"Execution" and 017719 "Closeout Procedures": Requirements for cleaning. B. Keep interior of air release valves clean as installation progresses. 3.6 DEMONSTRATION A. Section 017900 "Demonstration and Training": Requirements for demonstration and training. B. Demonstrate equipment startup, shutdown, routine maintenance, and emergency repair procedures to Owner's personnel. END OF SECTION 400578.11 Westside WTP Plate Settler Expansion Project Air Release Valves for Water Service City of Fort Worth 400578.11 -6 100%Submittal 0515-239525 9/16/20 SECTION 400582- SOLENOID VALVES FOR PROCESS SERVICE PARTI -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: Solenoid valves for process applications. B. Related Requirements: 1. Section 400551 "Common Requirements for Process Valves" for basic materials and methods related to valves commonly used for process systems. 2. Section 400523 —"Steel Process Pipe" 3. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.3 COORDINATION A. Section 013100 "Project Management and Coordination" and related Division 01 Specifications: Requirements for coordination. B. Coordinate Work of this Section with process piping Work as specified in other Sections and as indicated on Drawings. Note that solenoid valves may be shown on Electrical and/or Mechanical Drawings, or may only be specified,but if so specified or shown, shall be provided. Solenoid valves located in hazardous classified areas shall be provided with electrical enclosures which satisfy the electrical classification as specified or shown on the electrical drawings. 1.4 ACTION SUBMITTALS A. Section 013300 "Submittal Procedures" for requirements for submittals. B. Product Data and Shop Drawing: Submit manufacturer information, indicating materials of construction, wiring diagrams, and compliance with indicated standards. Shop drawing or catalog drawing shall clearly indicate all relevant data for the proposed valve, size, operation, materials and features. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. D. O&M Manual: Submit O&M Manual in accordance with Section 017823. Westside WTP Plate Settler Expansion Project Solenoid Valves for Process Service City of Fort Worth 400582- 1 100%Submittal 0515-239525 9/l 6/20 1.5 INFORMATIONAL SUBMITTALS A. Manufacturer Instructions: Submit detailed instructions on installation requirements, including storage and handling procedures. B. Source Quality-Control Submittals: Indicate results of shop tests and inspections. C. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. D. Qualifications Statement: 1. Submit qualifications for manufacturer. 1.6 QUALITY ASSURANCE A. Materials in Contact with Potable Water: Certified to NSF 61 and NSF 372. B. Maintain one copy of each standard affecting Work of this Section on Site. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years' documented experience. 1.8 DELIVERY, STORAGE, AND HANDLING A. Section 016000 "Product Requirements" for requirements for transporting, handling, storing, and protecting products. B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C. Store materials according to manufacturer instructions. D. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Provide additional protection according to manufacturer instructions. 1.9 EXISTING CONDITIONS A. Field Measurements: I. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. Westside WTP Plate Settler Expansion Project Solenoid Valves for Process Service City of Fort Worth 400582-2 100%Submittal 0515-239525 9/16/20 1.10 WARRANTY A. Section 017719"Closeout Procedures": Requirements for warranties. B. Furnish five-year manufacturer's warranty for solenoid valves. PART 2-PRODUCTS 2.1 SOLENOID VALVES—Tag Type SV A. Manufacturers: 1. Solenoid valves less than 2": Red Hat Valve by ASCO Valve, similar by Circle Seal Controls-Atkomatic Valve Co. 2. Solenoid valves 2" or greater: Red Hat Valve by ASCO Valve, similar by Type A by Magnatrol Valve Corp. 3. Substitutions: not allowed. B. Description: 1. Type: As indicated on Drawings. 2. Minimum Working Pressure: 150 prig. 3. Minimum Working Pressure Differential: 10 psig. 4. Maximum Fluid Temperature: 90 degrees F. 5. Coil: Continuous duty. 6. Operation: Valve location/function dependent as required by Engineer; For Air Blowoff Valve-Fail open,NO, energize to close(during air scour/backwash cycle);valve shall be with spring return unless noted otherwise. 7. Enclosures: NEMA 250 Type 4, watertight (WP) rated according to area designation as indicated on Drawings. 8. Electrical Characteristics: As indicated on Drawings. 9. End Connections: Threaded. 10. Conduit Connection: Threaded. 11. Valves 2" in size or larger shall include a manual override actuated by a handle-levered plunger mounted to the bottom of the valve body. These valves must be mounted in a horizontal run of piping,with the solenoid up in the vertical position. C. Materials: 1. Body: Brass. NSF61 approved for water and air applications. 2. Trim and Spring: Stainless steel. 3. Seals: PTFE. 4. NPT end connections of the connected piping Type 304 series stainless steel internal parts, and Buna-N or Ethylene propylene valve seats. 2.2 SOURCE QUALITY CONTROL A. Section 014523 "Quality Requirement" for: requirements for testing,inspection, and analysis. Westside WTP Plate Settler Expansion Project Solenoid Valves for Process Service City of Fort Worth 400582-3 100%Submittal 0515-239525 9/16/20 B. Provide shop inspection and testing of completed assembly. C. Owner Inspection: 1. Make completed solenoid valves available for inspection at manufacturer's factory prior to packaging for shipment. 2. Notify Owner at least seven days before inspection is allowed. Owner may opt out of factory inspection depending on number of valves and job size. D. Owner Witnessing: 1. Allow witnessing of factory inspections and test at manufacturer's test facility. 2. Notify Owner at least seven days before inspections and tests are scheduled. Owner may opt out of witnessing depending on number of valves and job size. E. Certificate of Compliance: 1. If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. 2. Specified shop tests are not required for Work performed by approved manufacturer. PART 3 -EXECUTION 3.1 INSTALLATION A. As specified in Section 400551 "Common Requirements for Process Valves." B. Install protective strainers upstream of solenoid valves, pressure-reducing valves, and pressure- sustaining valves. 3.2 FIELD QUALITY CONTROL A. As specified in Section 400551 "Common Requirements for Process Valves." END OF SECTION 400582 Westside WTP Plate Settler Expansion Project Solenoid Valves for Process Service City of Fort Worth 400582-4 100%Submittal 0515-239525 9/16/20 SECTION 404113.13—PROCESS PIPING ELECTRICAL RESISTANCE HEAT TRACING PART1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SCOPE OF WORK- A. Furnish all labor, materials, equipment and incidentals required to design, furnish and install electrical heat trace systems on the piping as shown on the Drawings and as specified herein. B. Provide a system which the manufacturer has designed in its entirety and who shall supply the entire heating system. Include the schematic arrangements, heating cable, junction boxes, thermostats and other equipment necessary to complete the system, as shown on the Drawings, and as specified herein. C. The Contract piping drawings, piping line list, equipment list, instrument list and insulation schedule constitute, in conjunction with this Section, comprise the design parameters of the heat ' tracing system. The Drawings are intended only to give a general layout of the heat tracing system. Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation, a complete electric heat tracing system, based on the actual piping installation, the manufactures installation drawings, and recommendations for operating temperature settings. 1.3 RELATED WORK- A. Refer to Division 260000 for related work and electrical coordination requirements. 1.4 SUBMITTALS A. Submit to the Engineer, in accordance with Division 1, Section 260000 and as specified herein, the following calculations and information: 1. Heat loss and operating power calculations. 2. Heat tracing circuit design and loading schedule (if different from that which is shown on the Drawings). 3. Bill of materials. 4. Catalog data sheets for all components. 5. Typical installation details. Westside WTP Plate Settler Expansion Project Process Piping Electrical Resistance Heat Tracing City of Fort Worth 404113.13- 1 100%Submittal 0515-239525 9/16/20 B. Submit the heat tracing system's power requirements for the design condition(extreme minimum ambient at required maintain temperature) and for the normal operating temperature (normally expected minimum ambient). 1.5 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): l. NFPA 70—National Electrical Code(NEC) 2. NFPA 70E—Standard For Electrical Safety in the Workplace 3. American National Standards Institute(ANSI) 4. Institute of Electrical and Electronics Engineers (IEEE) 5. American Society for Testing and Materials (ASTM) 6. National Fire Protection Association(NFPA) 7. National Electric Code(NEC) 8. Factory Mutual(FM) 9. Underwriters Laboratories (UL) 10. National Electrical Manufacturers Association (NEMA) 11. Occupational Safety and Health Administration(OSHA) B. Furnish copies of the necessary approvals for the heat tracing system and shall verify that the approvals are current. C. All equipment components and completed assemblies specified in this section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.6 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. All heat tracing equipment furnished under this Section, shall be supplied by a single manufacturer, C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. 1.7 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements,and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. Westside WTP Plate Settler Expansion Project Process Piping Electrical Resistance Heat Tracing City of Fort Worth 404113.13-2 100%Submittal 0515-239525 9/16/20 B. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. C. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. D. Where space heaters are provided in equipment,provide temporary electrical power and operate space heaters during storage, and after equipment is installed in permanent location, until equipment is placed in service. 1.8 WARRANTY A. Provide warrantees, including the manufacturer's warrantee, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for five years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. i 1.9 AREA CLASSIFICATION A. Supply a heating system that is suitable for the specified industrial and electrical classification and shall be designed and installed in accordance with the latest local and/or NEC regulations. 1.10 DESIGN REQUIREMENTS A. Provide a heating system capable of maintaining the specified temperature during the lowest extreme of ambient temperature. B. Design Parameters 1. Maintain a minimum temperature as recommended and/or specified within other Divisions. 2. Refer to the piping Drawings and equipment lists for insulation types and thicknesses in the Mechanical Division and on the Drawings. C. Heat losses shall be calculated using the manufacturer's standard procedure in conjunction with the insulation requirements and equipment schedules. The design heat output of the tracing shall include a 10%factor of safety. Submit recommended changes in insulation thickness to optimize total system economy. D. Heating cables shall be the parallel design type. E. Instrumentation sample and sensing lines located in outdoor or non-conditioned spaces shall be heat traced. Westside WTP Plate Settler Expansion Project Process Piping Electrical Resistance Heat Tracing City of Fort Worth 404113.13-3 100%Submittal 0515-239525 9/16/20 PART 2- PRODUCTS 2.1 MATERIALS A. Parallel Resistance Self Regulating Cable 1. The heater cable shall be able to vary its output in response to temperature variations along a pipe due to heat sinks such as fittings or pipe supports, or changes in ambient conditions such as those occurring on pipes passing into or out of buildings or process areas. This variable output feature shall apply to each increment of the heater independent of each other increment. 2. Provide heating cable which can be field cut to length without any cold spots and can be overlapped at all power outputs without burning out. 3. Provide heating cable which is capable of continuous reliable operation when hanging loose in free air during equipment removal or replacement. 4. The heating cable shall not require the use of heat transfer cement or compounds. 5. The heating cable shall operate on standard voltages without the use of special transformers. Line voltage fluctuations shall not appreciably affect the cable wattage output. 6. Provide heating cable which can be field designed to accommodate changes in field piping without compromising its FM or UL approvals. B. Control Thermostats 1. Control thermostats shall be UL listed, heavy duty, industrial ambient type housed in a NEMA 4X enclosure.The thermostat shall be provided with independently adjustable dual switches for control and low temperature alarm. Contact rating shall be 22 Amperes, minimum, rated at 480 Volts, resistive. C. Individual Circuit Heat Tracing 1. Where single circuit heat tapes are shown on the Drawings, the following equipment shall be as specified herein. 2. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Chemelex, Catalog No. SBTV 1 with tinned copper overbraid and fluoropolymer outer jacket with thermostat adjustable from 15 to 150°F, mounted in NEMA 4X enclosure, Catalog No. AMC IA, b. Approved Equal 3. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 4. The heating cable shall be temperature self--limiting type. D. Power connection kits and junction boxes shall be watertight cast aluminum. Westside WTP Plate Settler Expansion Project Process Piping Electrical Resistance Heat Tracing City of Fort Worth 404113.13-4 100%Submittal 0515-239525 9/16/20 E. Signal Light Kit 1. Each cable shall have attached at the outer end of the cable, a signal light kit, LED type, rated for the cable voltage, and installed such that light shall indicate "voltage present" at the end of the cable. 2. Enclosures for the thermostat and signal light shall be in accordance with the Area Classification and Enclosure Types as specified in Section 260533 Electrical—Raceways, Boxes and Fittings. 3. The enclosure supports for the thermostat and signal light enclosures shall be in accordance with the Strut Support Systems of Section 260529 Electrical Support Hardware. F. Instrumentation sample and sensing lines 1. Provide pre-insulated and heat traced 316 stainless steel tubing systems as manufactured by Raychem, Thermon,or O'brien TRACEPAK. 2. Approved equal PART 3 - EXECUTION 3.1 INSTALLATION A. Heat tracing system shall be installed where shown on the Drawings and in accordance with manufacturer's approved shop drawings and recommendations. B. Heating cables shall be run parallel to the pipe only. Spiral wrapping of the heat cables around the pipes will not be permitted. C. Power cables for heat tracing circuits running from the supply panel to circuit junction boxes located on each pipe shall be run in conduit. The heat tracing cable shall connect to the power cable in a junction box and be routed onto the pipe through a cable feeder connector with gland nut. The connector shall be two-piece construction with a tapered neoprene bushing and recessed flame resistant interior gland. The connector shall be attached to the pipe with aluminum J.B. support and pipe strap. D. At each point where the junction box is attached to the piping for heating cable entry to the pipe or device being protected and after the heating cable has been installed, the junction box stand- off shall be filled with clear Dow Corning TRV 732 compound or equal rated 500 degrees F, to provide a waterproof connection. The sealant compound shall also be forced into the voids in the insulation which were created during installation of the conduit hub. The sealant compound shall be placed to position all cables away from standoff sides and to separate cables away from one another. The sealant compound shall be applied in a clean,neat manner and in strict accordance with the manufacturer's instructions for the sealant. When the installation is complete,check that none of the compound has been left on other than the prescribed areas. E. Install"electrically traced line"warning signs every 25 feet along the outer pipe insulation jacket, 1. Chemelex catalog number"ETL". 2. Approved equal Westside WTP Plate Settler Expansion Project Process Piping Electrical Resistance Heat Tracing City of Fort Worth 404113.13-5 100%Submittal 0515-239525 9/16/20 3.2 TESTING A. Measure the resistance of heating cable system before and after pipe insulation. B. Adjust and seal control thermostats to Owner's and Engineer's satisfaction after installation is complete. C. Confirm that the End of Cable light functions upon application of voltage to the tracing. END OF SECTION 404113.13 Westside WTP Plate Settler Expansion Project Process Piping Electrical Resistance Heat Tracing City of Fort Worth 404113.13 -6 100%Submittal 0515-239525 9/16/20 SECTION 406100 -PROCESS CONTROL AND ENTERPRISE MANAGEMENT SYSTEM GENERAL PROVISIONS PART1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SCOPE OF WORK A. The Contractor shall procure the services of a pre-approved Process Control System Supplier (PCSS) and a pre-approved Application Engineering Supplier(AES) to furnish all services and equipment defined herein and in other specification Sections as listed in Article 1.02, Related Work. 1. Pre-Approved PCSSs are listed in Section 40 6100 1.06. 2. Pre-Approved AESs are listed in Section 40 61 00 1.06. The AES shall be a subcontractor to the General Contractor. B. Division of Work: The Process Control System (PCS) and Instrumentation Subsystem (IS) shall be provided by the PCSS. Software configuration and programming shall be provided by the AES. 1. PCSS Scope of Work: All materials, equipment, labor, and services required to achieve a fully integrated and operational PCS coordinated with the AES shall be provided. The PCSS shall design and coordinate the PCS for proper operation with related equipment and materials furnished by other suppliers under other Sections of these specifications. PCSS scope shall include but not be limited to: a. Provide overall coordination, installation, and supervision for instrumentation, Programmable Logic Controllers (PLCs), PLC enclosures, Remote 1/0 (RIO) enclosures, OIT's with pedestal-mounted enclosures, SCADA communications hardware/software, operator interface terminals(OITs), and fiber optic cabling. b. Provide coordination with the General Contractor and participate in all meeting as directed by the specification or General Contractor. C. Provide coordination and cooperation with AES. d. Provide all instrumentation, field instrument power/signal surge suppression. The PCSS shall provide surge suppression at panels, in the field and at the device for each instrument and valve actuator included with this contract as shown in the instrumentation Drawings or electrical Drawings. e. Provide design, installation, programming, configuration, calibration, and integration of the instrumentation subsystem. f. Provide supervision of all field-wiring terminations associated with instrumentation specified in Sections 40 71 13, 40 72 13, 40 73 00, and 40 75 53. The electrical contractor shall provide all conduit and wiring between field devices, PLC cabinets, and RIO enclosures. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100- 1 100%Submittal 0515-239525 9/16/20 g. Provide and install all communications networks, including but not limited to all necessary ancillary equipment, all associated repeaters, modems, etc., network software, and twisted pair media equipment whether shown on the Drawings or not. h. Provide hardwired I/O connections for monitoring the new Membrane Feed pump. i. Providing testing,training, and startup services as specified. j. Providing required documentation (Drawings, manuals, and manufacturer's information) as specified. k. Provide travel costs to support Engineer and/or Owner attendance as specified at Witnessed Factory Acceptance testing(WFT). 1. Coordination with the AES in delivering a complete PCS. M. Coordination with the AES regarding scheduling and delivery of simulator equipment for AES programming simulation development. n. Coordination with the Membrane Filtration System Supplier(MFSS) in delivering a complete PCS. o. The PCSS shall coordinate with the General Contractor and MFSS regarding the installation of MFSS feed pump. The PCSS shall install all off-skid MFSS instruments under the supervision of the MFSS. 2. AES Scope of Work: Reference specification section 13306. The AES will provide all Human Machine Interface Software, all applications programming and services required to achieve a fully integrated and operational control system. The AES shall coordinate the control system for proper operation with related equipment and materials furnished by other suppliers under other Sections of these specifications. a. Provide all HMI software, programming, configuration, integration, including but not limited to loading of software on computers, operating system software configuration, Ethernet configuration, and communications between servers, PLCs and vendors equipment. b. Provide programming and interfacing to HMI and PLC's associated with the specified interfacing to (MFSS). Generally speaking, all functions associated with Membrane Systems will be the responsibility of the MFSS. Interfacing to the plant HMI for all supervisory and/or monitoring functions is the responsibility of the AES. C. AES programming standards has been previously established by the AES and FWWD. To provide constancy between all automation programmers, the PCSS and AES will be responsible to coordinate these standards with the MFSS vendors. All programming submitted by MFSS shall be reviewed by the AES and Owner with final approved by the Owner/Engineer. d. Provide programming services to integrate all PLC's and controls into the HSQ servers and workstations. e. Providing testing, training, and startup services as specified. f. Participate in all witnessed tests at the factory and general startup activities at the Westside WTP. g. Providing required documentation (Drawings, manuals, and manufacturer's information) as specified. h. Provide coordination with the MFSS in delivering a complete Membrane Control System interface with the plant SCADA Control System. C. Auxiliary and accessory devices (necessary for system operation or performance) to interface with equipment provided by other suppliers under other Sections of these specifications, shall Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-2 100%Submittal 0515-239525 9/16/20 be included whether or not they are shown on the Drawings. These devices include, but are not limited to,transducers, current isolators, signal conditioners, or interposing relays. D. Substitution of functions or type of equipment specified shall not be acceptable. In order to ensure interchange ability of parts, maintain quality, interface between the various subsystems, and establishment of minimums with regard to ranges and accuracy, strict compliance with the above requirements shall be maintained. System design shall allow removing individual devices from service without disrupting other devices in service. In order to ensure compatibility among all equipment, it shall be the responsibility of the PCSS to coordinate all interface requirements with mechanical and electrical contractor and furnish any signal isolation devices that might be required. E. Equipment shall be fabricated, assembled, installed, and placed in proper operating condition in full conformance with detail Drawings, specifications, engineering data, instructions, and recommendations by the equipment manufacturer as approved by the Engineer. F. To facilitate the Owner's future operation and maintenance, products shall be by the same major manufacturer,with panel mounted devices of the same type and model as far as possible. G. All equipment and installations shall satisfy applicable federal, state, and local codes. H. In order to ensure compatibility between all equipment, it shall be the responsibility of the PCSS to coordinate and field verify all interface requirements with mechanical and electrical contractors and furnish any signal isolation devices that might be required. L Omission of a specific electrical or electronic item obviously necessary for the proper functionality of the equipment shall not relieve the PCSS of the responsibility of furnishing and installing the item at no additional cost to the Owner. J. Supplementing this Section, the Drawings, and the related specification Sections provide additional details showing panel elevations, instrument device schedules, functional requirements of the system, and interfacing with other equipment. K. All materials, equipment, labor, and services necessary to achieve the monitoring and control functions described herein shall be provided in a timely manner so that the monitoring and control functions are available when the equipment is ready to be placed into service. L. The PCSS and AES shall coordinate and schedule all required testing with the General Contractor, Owner, and Engineer. M. The PCSS and AES shall coordinate and schedule all required training with the General Contractor, Owner, and Engineer. N. The PCSS and AES shall provide a monthly status report and updated project schedule to the General Contractor to update the General Contractor's overall project schedule. 1.3 RELATED WORK A. The PCSS shall furnish all materials, labor, and services specified in the following specification Sections as required to ensure that a single, coordinated system is supplied: Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-3 100%Submittal 0515-239525 9/16/20 Section No. Title 40 61 21 Process Control System Testing 40 61 26 Process Control System Training 40 61 96 Process Control Descriptions 40 63 43 Programmable Logic Controllers 40 67 17 Industrial Enclosures 40 68 60 Configuration of HMI and Controller Software 4071 13 Magnetic Flow Meters 40 72 13 Ultrasonic Level Meters 40 75 53 Turbidity Analyzers B. The AES shall furnish all materials, labor, and services specified in the following specification Sections as required to ensure that a single, coordinated system is supplied: Section No. Title 40 68 60 Configuration of HMI and Controller Software C. Divisions requiring coordination shall include, but not be limited to, the following: 1. Division 1 -General Requirements. 2. Division 11 -Equipment. 3. Division 15 -Mechanical. 4. Division 26 -Electrical. D. The PCSS and AES shall coordinate with all equipment suppliers, mechanical subcontractor, electrical subcontractor, and General Contractor. 1.4 COORDINATION MEETINGS AND WORKSHOPS A. The PCSS shall schedule and administer a minimum of two mandatory coordination meetings during the shop drawing submittal phase of the project. The PCSS shall make arrangements for meetings,prepare agenda with copies to participants at least 1 week before scheduled meetings, preside at meetings, record and distribute minutes within 2 days to Engineer, participants, and those affected by decisions made. The meetings shall be held at the General Contractor's field office at the Westside WTP site and shall include, as a minimum, attendance by the Owner, Engineer, General Contractor's project engineer, AES project engineer, PCSS's project engineer, and the electrical subcontractor. 1. The fast coordination meeting shall be held in advance of the first PCSS shop drawing submittal. The purpose of the first meeting shall be for the PCSS to: a. Summarize their understanding of the project. b. Discuss any proposed deviations, substitutions, or alternatives. C. Present the PCSS's project schedule. d. Schedule testing and delivery milestone dates. e. Coordinate equipment installation activities. f. Provide a forum for the PCSS and AES to coordinate hardware and software related issues. g. Request any additional information required from the Owner and/or Engineer. h. Present a draft Project Plan submittal (as specified herein). Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-4 100%Submittal 0515-239525 9/16/20 2. The last coordination meeting shall be held 1 month prior to the Witnessed Factory Acceptance (WFT) testing. The purpose of the last coordination meeting is to discuss any remaining coordination requirements. 3. A typical agenda may include,but is not limited to,the following: a. Review minutes of previous meetings. b. Review of work progress. C. Field observations,problems, and decisions. d. Identification of problems that impede planned progress. C. Review of submittal schedule and submittal status. f. Review of offsite fabrications and delivery schedules. g. Maintenance of progress schedule. h. Corrective measures to regain projected schedules. i. Planned activities for subsequent work period. j. Coordination of projected progress. k. Maintenance of quality and work standards. 1. Effect of proposed changes on progress schedule and coordination. in. Other business relating to work. B. The PCSS shall attend a coordination workshop with General Contractor and MFSS by phone conference. This coordination workshop is to determine Instrumentation installation issues. 1.5 SUBMITTALS A. Submit shop drawings in accordance with Section 01300, Submittals. The shop drawings shall fully demonstrate that the equipment and services to be furnished will comply with the provisions of these specifications and provide a true and complete record of the equipment as manufactured and delivered. Each submittal shall be securely bound with an index and sectional dividers. All submittal Drawings shall be legible and reduced to a maximum size of 11-in x 17-in for inclusion within the submittal. B. The Engineer and Owner shall determine whether a product is an "approved equal" based upon the information listed herein and the manufacturer's data sheets regarding the models specified. Alternate equipment must meet the criteria listed herein and any additional information in the manufacturer's data sheets in order to be accepted as an "approved equal." Supplier must furnish five working installation references for any alternate equipment along with Owner, contact, and telephone number. C. The submittal Drawings' title block shall include, as a minimum, the PCSS's registered business name and address, project name, Drawing name, revision level, and personnel responsible for the content of the Drawing. D. The submittals listed below shall be provided as a minimum. Other submittals not listed here may be required by other specification Sections. Each submittal must be complete. No partial submittals shall be accepted. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-5 100%Submittal 0515-239525 9/16/20 List Submittal Number Described and No. Description /Governing Sec re Wrements in: Project Plan,Deviation List and Schedule: This 1 submittal shall be submitted and approved before any 40 61 00-001 40 61 00 additional submittals shall be accepted. 2 Field Instruments 40 61 00-002 40 71 13, 40 72 13, 40 73 00 3 Hardware 4061 00-003 40 63 43,40 67 17 4 Industrial Enclosures 4067 17-001 40 6100,40 67 17 5 Testing 40 61 21-001 4061 21 6 Training 40 61 26-001 40 61 26 7 Loop Diagrams 40 61 00-004 40 61 00 Spares, Expendables, and Test Equipment. This shall 40 6100,40 63 43, 8 include all spares in the listed Sections in a single 40 61 00-005 40 67 17, 40 71 13. submittal. 40 72 13, 40 73 00 40 61003 40 6196, Per O&M Submittal 40 63 43, 40 67 17, 40 9 Operation and Maintenance (O&M)Manuals Numbering 68 60, 40 71 13, 40 72 13, 40 73 00, 40 75 53 E. Project Plan,Deviation List, and Schedule Submittal 1. The Project Plan shall be submitted and favorably reviewed before any further submittals will be accepted. The Project Plan shall, as a minimum, contain the following: a. Overview of the proposed control system in clear text format describing the PCSS understanding of the project work, preliminary system architecture Drawing, interfaces to other systems, schedule, startup, and coordination. b. Approach to work in clear text format describing how the PCSS intends to execute the work. A discussion of switchover and startup shall be included as applicable. C. Preliminary software and hardware submittal information solely to determine compliance with the requirements of the Contract Documents prior to the PCSS development of process control programs and system layouts. Favorable review of software and hardware systems as part of this Project Plan stage shall not relieve the PCSS of meeting all the functional and performance requirements of the system as specified herein. d. Project personnel and organization including the PCSS project manager, project engineer, and lead project technicians. Include resumes of each key individual and specify in writing their commitment to this project. e. Preliminary coordination meeting agendas as specified herein. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-6 100%Submittal 0515-239525 9/16/20 f. Preliminary testing plan. g. Preliminary training plan. h. Sample formats of the shop drawings to be submitted and in conformance with the requirements of the specifications. At a minimum, include samples of panel fabrication Drawings, loop or I/O wiring diagrams, and graphical display presentations. 2. Exceptions to the Specifications or Drawings shall be clearly defined by the PCSS in a separate Deviation List. The Deviation List shall consist of a paragraph by paragraph review of the Specifications indicating acceptance or any proposed deviations, the reason for exception, the exact nature of the exception and the proposed substitution so that a proper evaluation may be made by the Engineer. The acceptability of any device or methodology submitted as an "or equal' or "exception" to the specifications shall be at the sole discretion of the Engineer. 3. Project schedule shall be prepared and submitted using Microsoft Project scheduling software. Schedule shall be prepared in Gantt chart format clearly showing task linkages for all tasks and identifying critical path elements. PCSS schedule must be based on the General Contractor schedule and must meet all field installation, testing, and start-up milestones in that schedule. The project schedule shall illustrate all major project milestones including the following: a. Schedule for all subsequent project submittals. Include in the time allotment the time required for Contractor submittal preparation, Engineer's review time, and a minimum of two complete review cycles. b. Proposed dates for all project coordination meetings. C. Hardware purchasing, fabrication, and assembly (following approval of related submittals). d. Software purchasing and configuration(following approval of related submittals). e. Shipment of all instrument and control system equipment. f. Installation of all instrument and control system equipment. g. Testing: Schedule for all testing including at a minimum the Unwitnessed Factory Test, Witnessed Factory Test, Operational Readiness Test, Functional Acceptance Test, and 30 Day Acceptance Test. Testing schedule shall include submittal of test procedures a minimum of 30 days prior to commencement of testing. Schedule shall also include submittal of completed test procedure forms for review and approval by the Engineer prior to shipment,startup, or subsequent project work. h. Leave adequate time for Application Engineering programming activities as defined in Section 13306. i. Schedule for system cutover, startup, and/or going on-line for each major system. j. Schedule for all training including submittal and approval of O&M manuals, factory training,and site training. F. Field Instrument Submittal I. Refer to Sections 40 71 13, 40 72 13, 40 73 00, and 40 75 53 for specific instrument requirements. 2. Submit complete documentation of all field instruments using ISA-S20 data sheet formats. Submit a complete Bill of Materials (BOM) or Index that lists all instrumentation equipment ordered by the loop numbering system as shown in the Contract Documents. The BOM shall include tag names, description, size (if applicable), model numbers,ranges, and quantity of each instrument. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-7 100%Submittal 0515-239525 9/16/20 3. Submit separate data sheets for each instrument including: a. Plant Equipment Number and ISA tag number per the Drawings b. Product(item)name used herein and on the Contract Drawings C. Manufacturer's complete model number, including all options. d. Location of the device e. Input/Output(1/0) characteristics f. Range, size, and graduations in engineering units. g. Physical size with dimensions, enclosure NEMA classification and mounting details in sufficient detail to determine compliance with the requirements of the Contract Documents. h. Materials of construction for enclosure and wetted parts. i. Instrument or control device sizing calculations where applicable j. Factory Certified calibration report for all flow metering devices, pressure transmitters or other devices that are normally calibrated in the Factory. k. Two-wire or four-wire device type as applicable. 4. Submit index and data sheets in electronic format as well as hard copies on 8-1/2" x I I" formats. Electronic format shall be in Microsoft Excel or Word. Submit electronic copies on thumb drive formatted for IBM compatible personal computers. The thumb drive shall be returned to the General Contractor. G. Hardware Submittal 1. Refer to Sections 40 63 43 and 40 67 17 for specific hardware requirements. 2. Catalog cuts for Prograrnrnable Logic Controller (PLC) including central processing units, memory, input modules, output modules, modems, network interface modules, mounting racks, and power supplies. Submit descriptive literature for each hardware component that fully describes the units being provided. Any deviation of the hardware systems from the preliminary hardware submittal included in the Process Plan shall be described in detail. 3. Complete system Input/Output (I/O) list for equipment connected to the control system under this Contract. The 1/0 list shall be submitted in both a Microsoft Excel readable electronic file format on a CD-ROM and an 8-1/2 inch by I 1-inch hard copy. The I/O list shall include I/O name (or spare), type, physical location, point address, functional description (text that includes signal source, control function, etc.), range (engineering units) and equivalent analog to digital "count" conversion, alarm limits (low-low, low, high, high-high, etc.), relay normal status contact configuration. The I/O list shall be sorted in order by: a. Physical location: Panel,Rack, CPU Name, or Remote 1/0 Drop b. I/O Type: Al, AO,DI, DO,PI,PO, etc. C. Loop Number d. Device Tag 4. Complete system architecture diagram showing in schematic form, the interconnections between major hardware components including control centers, panels, power supplies, consoles, computer and peripheral devices, networking equipment, PLC processors, PLC 1/0 modules, local operator interfaces, and like equipment. The system architecture shall be complete and shall depict all required cables, media type between components, raceway requirements (conduit, wireway, etc.), raceway identification, network protocol Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-8 100%Submittal 0515-239525 9/16/20 used at each network level, details on connection requirements such as cable pin-outs, port numbers, and rack slot numbers. The intent of this specification requirement is for the PCSS to develop a diagram that is complete in every aspect to allow purchase of all required equipment by part number, and to allow a qualified technician to interconnect all equipment without having to refer to additional manuals or literature. Minimum sheet size shall be IIx17, and using a larger sheet size or more than one sheet will be acceptable. 5. A list of all hardware electrical and environmental characteristics and requirements. All planning information, site preparation instructions, grounding and bonding procedures, cabling diagrams, plug identifications, safety precautions or guards, and equipment layouts in order to enable the Contractor to proceed with the detailed site preparation for all equipment. H. Control Panels and Panel-mounted Equipment Submittal 1. This submittal shall provide complete documentation of all panel instruments, control panels, all panel instruments, and other panel instruments and control equipment not specified to be submitted elsewhere. A complete BOM listing all instrumentation and control equipment shall be provided. Include OEM Name, Model, model and/or part number, and where available serial number. a. Data Sheets: Provide data sheets for each component listing all model numbers, options, and ancillary devices that are being provided. The data sheets shall be provided with an index, proper identification, and cross-referencing. The data sheets shall include,but not be limited to,the following information: 1) Plant Equipment Number and ISA tag number per the Loop Diagrams. 2) Product(item) name used herein and on the Contract Drawings. 3) Manufacturer's complete model number. 4) Location of the device. 5) I/O characteristics. 6) Range, size, and graduations. 7) Physical size with dimensions, enclosure NEMA classification, and mounting details. 8) Materials of construction of all components. 9) Panel instrument or control device sizing calculations where applicable. 10) Certified calibration data for all flow metering devices. b. Equipment Specification Sheets: Provide equipment specification sheets, which shall fully describe the device, the intended function, how it operates, and its physical environmental and performance characteristics. Each equipment specification sheet shall have appropriate cross references to loop or equipment identification tags with model number and information pertaining to the item highlighted. As a minimum the specification sheets shall include the following: I) Dimension,rigid clearances. 2) Mounting or installation details. 3) Connection. 4) Electrical power or air requirements. 5) Materials of construction. 6) Environmental characteristics. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-9 100%Submittal 0515-239525 9/16/20 7) Performance characteristics. C. Detailed Drawings: Provide detailed Drawings covering all control panels, consoles, and/or equipment enclosures. Panel assembly and elevation Drawings shall be drawn to scale and detail all equipment in or on the panel. As a minimum, the panel Drawings shall include the following: 1) Interior and exterior panel elevation Drawings to scale. 2) Nameplate schedule. 3) Conduit access locations. 4) Panel construction details. 5) Cabinet assembly and layout Drawings to scale. The assembly Drawing shall include a bill of material on the Drawing with each panel component clearly defined. The bill of material shall be cross-referenced to the assembly Drawing so that a non-technical person can readily identify any component of the assembly by manufacturer and model number. 6) Fabrication and painting specifications including color(or color samples). 7) Panel control schematics and interconnections diagrams detailing the electrical connections of all equipment in and on the panel. Diagrams shall include power and signal connections, UPS and normal power sources, all panel ancillary equipment, protective devices, wiring and wire numbers, and terminal blocks and numbering. 8) Submit construction details, NEMA ratings, intrinsically safe barrier information, gas sealing recommendations, purging system details, etc. for panels located in hazardous locations or interfacing to equipment located in hazardous areas. 9) Heating and cooling calculations for each panel supplied indicating conformance with cooling requirements of the supplied equipment and environmental conditions. Calculations shall include the recommended type of equipment required for both heating and cooling. d. Submit evidence that all control panels shall be constructed in conformance with UL 508 and bear the UL seal confirming the construction. Specify if UL compliance and seal application shall be accomplished at the fabrication location or by field inspection by UL inspectors. All costs associated with obtaining the UL seal and any inspections shall be borne by the Contractor and included in the Project Bid Price. I. Testing Submittal 1. Test Procedure Submittals: Submit the procedures proposed to be followed for each test. Procedures shall include test descriptions, forms, and checklists to be used to control and document the required tests. Include sign-off forms for each testing phase or loop with sign-off areas for the PCSS, AES, Engineer, and Owner. Refer to Section 13302 for specific testing requirements. Submit separate procedures for each specified test phase including: a. Unwitnessed Factory Test(UFT). b. Witnessed Factory Test(WFT). C. Operational Readiness Test(ORT). d. Functional Demonstration Test(FDT). Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100- 10 100%Submittal 0515-239525 9/16/20 e. 30-Day Site Acceptance Test(SAT). 2. The system shall be tested using the system architecture Drawing and a BOM of all hardware indicating manufacturer, model, and serial number. The documents for the test plan shall be structured such that the Engineer understands what the inputs are, what the predicted outputs should be and what the actual outputs are. 3. At a minimum,the test plan should include the following: a. BOM listing control system components. b. System hardware summary. C. A testing schedule describing the specific tasks to be performed and the time allotted for each task. d. Communications tests to the various PLCs for discrete and analog I/O data transfer. e. 100 percent I/O point test including all spare points based upon the previously submitted system I/O list. Provide checklist for verification of each I/O point including spares. The checklist shall include point tag name, description, rack, slot,point and process range (where applicable). f. Test procedures which shall include test descriptions, forms and checklists to be used to control and document the required tests. Testing shall not start until the Test submittal has been approved. g. Test documentation which shall include a copy of the signed off test procedures upon completion of each required test. 4. Test Documentation: Upon completion of each required test, document the test by submitting a copy of the signed off test procedures. Testing shall not be considered complete until the signed-off test procedures have been submitted and favorably reviewed. Submittal of other test documentation, including "highlighted" wiring diagrams with field technician notes are not acceptable substitutes for the formal test documentation. J. Training Submittal 1. Refer to Section 13303 for specific training requirements. a. Training Plan: Upon receipt of the Owner's and Engineer's comments on the preliminary training plan, submit the specific proposed training plan. The training plan shall include: 1) An overview of the training plan explaining why specific courses are proposed. 2) Course title and objectives. 3) Prerequisite training and experience of attendees. 4) Recommended attendees. 5) Course content- a topical outline. 6) Course duration. 7) Course location-training center or jobsite. 8) Course format- lecture, laboratory demonstration, etc. 9) Definition of each course. 10) Specific course attendance. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100- 11 100%Submittal 0515-239525 9/16/20 11) Schedule of training courses including dates, duration, and location of each class. 12) Resumes of the instructors who will actually conduct the training. K. Loop Diagram Submittal 1. Provide detailed loop diagrams on single 11-in x 17-in or 8.5-in x 11-in sheet for each monitoring or control loop. The loop diagram shall show all components of the analog loops, digital loops, and discrete including all relays, switches, dropping resistors, etc., that are being provided for proper operation. Loop numbers used shall correspond to the loop numbers indicated in the Contract Documents. The format shall be the Instrument Society of America, Standard for Instrument Loop Diagrams, ISA-55.4, and the following requirements: a. On each diagram present a tabular summary of. 1) The output capability of the transmitting instrument. 2) The input impedance of each receiving instrument. 3) Estimate of the loop wiring impedance based on wire sizes and approximate length used. 4) The total loop impedance. 5) Reserve output capacity. b. Show all interconnecting wiring between equipment, panels, terminal junction boxes, and field mounted components. The diagrams shall show all components and panel terminal board identification numbers and all wire numbers. This diagram shall include all intermediate terminations between field elements and panels (e.g., terminal junction boxes). The diagrams shall be coordinated with the electrical contractor and bear marls showing this has been done. C. Show location of all devices. d. Show instrument description showing type, manufacturer, model number, range, setpoints, and operation (e.g., fail open, open on energization, normally closed, etc.) as applicable. e. Show all instrument loop power or instrument air requirements back to termination on terminal block or bulkhead, fuse blocks (including fuse size), etc., as applicable. f. Show all grounding points within cabinets and panels and identify the connection point of individual components. g. Complete information regarding the field instruments as required by ISA-55.4 standards shall be provided on the loop diagrams under this Contract. L. Spares,Expendables, and Test Equipment 1. This submittal shall include the following for each Subsystem: a. A list of and descriptive literature for spares, expendables, and test equipment as specified in Instrumentation Sections (40 61 00, 40 63 43, 40 67 17, 40 71 13, 40 73 00, and 40 75 53). b. A separate list of, and descriptive literature for, additional spares, expendables, and test equipment recommended by the PCSS. C. Unit and total cost for the additional spare items recommended for each subsystem. d. Storage instructions for all spare parts. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100- 12 100%Submittal 0515-239525 9/16/20 e. Any specialty software or hardware tools used during configuration of the project. NOTE: These specialty tools must be turned over to the Owner. M. Operation and Maintenance(O&M) Manuals Submittal 1. Provide O&M Manuals per Sections 01300, 01730, and 406100-1.11. 1.6 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A269 - Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. B. Instrument Society of America(ISA) 1. ISA S5.2-Binary Logic Diagrams for Process Operations 2. ISA S5.3 - Graphic Symbols for Distributed Control/Shared Display Instrumentation Logic and Computer Systems 3. ISA S5.4-Instrument Loop Diagrams 4. Display Instrumentation Logic and Computer Systems C. American National Standards Institute (ANSI) 1. ANSI X3.5 -Flowchart Symbols and Their Usage in Information Processing D. National Electrical Manufacturers Association(NEMA) E. National Electrical Code (NEC) F. Underwriters Laboratories UL 508. G. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.7 PCSS/AES QUALIFICATION A. The PCSS and AES shall perform all work necessary to select, furnish, configure, customize, debug, install, connect, calibrate, and place into operation all hardware and software specified within this Division and other related Divisions. B. The PCSS and AES shall be a "systems house", regularly engaged in the design and installation of computer systems and their- associated subsystems (including instrumentation) as they apply to the municipal water or wastewater industry. For the purposes of this Section, a "systems house" shall be interpreted to mean an organization that complies with all of the following criteria: 1. Holds an applicable current Contractor's License where required by state law. The license must be issued by the state in which the project resides. Obtaining the required license is the responsibility of the PCSS. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100- 13 100%Submittal 0515-239525 9/16/20 2. Employs a registered professional control systems engineer or electrical engineer to supervise or perform the work required by this Section. If required by state law, the registered engineer must be licensed in the state in which the engineering work is executed by the PCSS. Obtaining the required registration is the responsibility of the PCSS. 3. Employs personnel on this project who have successfully completed a manufacturer's training course on the configuration and implementation of the specific programmable controllers, computers, and software proposed for this project. 4. Project manager and project engineer assigned to the project have a minimum of three years' employment with the PCSS or AES. 5. Has performed work of similar or greater complexity on at least three projects within the last five years and has implemented and completed at least one of the three projects with the proposed HMI software when applicable. 6. Has been in the water/wastewater industry performing the type of work specified in this Section for a minimum of five continuous years. C. The PCSS shall maintain a fully equipped office/production facility with full-time employees capable of fabricating, configuring, installing, calibrating, troubleshooting, and testing the system specified herein. Qualified repair personnel shall be available and capable of reaching the facility within 24 hours. D. Actual installation of the system need not be performed by the PCSS's employees; however, the PCSS shall provide the onsite technical supervision of the installation. E. The PCSS shall furnish equipment, which is the product of one manufacturer to the maximum practical extent. Where this is not practical, all equipment of a given type shall be the product of one manufacturer. F. The General Contractor must name the proposed PCSS and AES on the bid document. Only approved suppliers will be accepted. 1. The PCSS shall be one of the following: Prime Controls LP 815 Office Park Circle Lewisville, Texas 76057 Attn: Brian Poarch Phone: 972-221-4849 2. The AES shall be one of the following: HSQ Technology P.O. Box 4557 26227 Research Road Hayward, CA 94540-4557 Attn: Hal Spence Phone: (510) 259-1334 G. Being listed in this Section does not relieve any potential PCSS or AES from meeting the qualifications specified in this Section. H. Listed PCSSs/AESs will not be required to submit a qualification proposal. Suppliers interested in being listed as an equal shall submit three copies of a qualification proposal to the Engineer Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100- 14 100%Submittal 0515-239525 9/16/20 no later than two weeks before the bid opening date. A list of approved equals will be issued no later than four days before the bid opening date. 1. The qualification proposal shall provide details and a description of how the supplier proposes to fulfill the requirements set forth in this Section. The supplier shall present the proposal in sufficient detail so that proper evaluation regarding the experience and capabilities of the supplier can be performed. a. The proposal shall contain evidence that the supplier has sufficient financial resources to meet the obligations incidental to the performance of the work including available bonding. (This requirement may be provided in the form of a verifiable or certified financial report for the company's latest fiscal year.) b. The proposal shall contain a list of personnel available for assignment to the responsible positions of project manager, project engineer, lead programmer, installation supervisor, and area service representative. Also, include a concise resume of each individual's education,work experience, and accomplishments. C. The proposal shall contain the following specific information: 1) Maintenance services available for hardware and software: Evaluation will be based on the supplier's capability to provide the required routine and emergency services. The supplier's proposal is to describe the capabilities and location of his/her nearest (to jobsite) service organization. It is the intent of the Section to obtain all system maintenance services from the supplier. If the supplier intends to subcontract all or portions of the service requirements, it must be stated as such along with the name and address of the organization. 2) Technical validation examples of recently completed and similar scope projects: The supplier shall provide information regarding type, size, complexity, and performance of five systems recently completed, along with names, addresses, and telephone numbers of persons qualified to verify supplier's statements approximate cost of the instrumentation system supplied,project completion date and description. Evaluation shall be based on the similarity of system requirements and supplier's performance. 3) A description of how the supplier plans to execute the various functions and locations where the various portions of the work will be performed, coordinated and managed (e.g., design, engineering, manufacturing, programming, testing and scheduling). The vendor is required to state in his/her proposal those functions that he/she intends to subcontract to other organizations and include the name, address, and capabilities of these organizations. d. The supplier shall be required to demonstrate a minimum of five years' recent,past experience in the design, manufacture, and commissioning of instrumentation and control systems of comparable size, type, and complexity to the proposed project. The supplier shall be required to have his/her own in-house capability to handle complete system engineering,fabrication, and testing. e. The supplier shall indicate that he/she has in his/her employ capable personnel for detailed engineering, coordination, drafting, procurement and expediting, scheduling, construction, testing, inspection, installation, training startup service for calibration and commissioning, and warranty compliance for the period specified. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100- 15 100%Submittal 0515-239525 9/16/20 1.8 DELIVERY, STORAGE, AND HANDLING A. All equipment shall be crated, delivered, and uncrated to protect against any damage. B. All parts shall be properly protected so no damage or deterioration shall occur during a prolonged delay from the time of shipment until installation is completed and the equipment is ready for operation. C. Provide delivery, storage, and handling requirements as specified below. D. Shipping Precautions 1. After completion of shop assembly, factory test, and approval, all equipment, cabinets, panels, and consoles shall be packed in protective crates and enclosed in heavy-duty polyethylene envelopes or secured sheeting to provide complete protection from damage, dust, and moisture. Dehuunidifiers shall be placed inside the polyethylene coverings. The equipment shall then be skid mounted for final transport. Lifting rings shall be provided for moving without removing protective covering. Boxed weights shall be shown on shipping tags together with instructions for unloading, transporting, storing, and handling at jobsite. 2. Special instructions for proper field handling, storage, and installation required by the manufacturer for proper protection shall be securely attached to the packaging for each piece of equipment prior to shipment. The instructions shall be stored in resealable plastic bags or other acceptable means of protection. 3. None of the control equipment shall be shipped to the site until the room(s) is environmentally suitable. 4. All equipment supplied shall be shipped to the jobsite via a dedicated air ride van. E. Identification 1. Each component shall be tagged to identify its location, tag number, and function in the system. Identification shall be prominently displayed on the outside of the package. 2. Each piece of equipment supplied shall have a permanent stainless steel or other non- corrosive material tag firmly attached and permanently and indelibly marked with the instrument tag number, as given in the Drawings. F. Storage 1. Equipment shall not be stored out of doors. Equipment, including inline equipment, shall be stored in dry permanent shelters and adequately protected against mechanical injury. If any apparatus has been damaged, such damage shall be repaired by the General Contractor at his own cost and expense. If any equipment has been subject to possible damage by water, it shall be thoroughly dried and put through such tests as directed by the Engineer. Any repair or replacement shall be at the cost and expense of the General Contractor. 1.9 PROJECT/SITE REQUIREMENTS A. Environmental Requirements. Air-conditioned areas require NEMA Type IA, 12 ventilated enclosures. Equipment below grade shall be NEMA Type 4X. All other areas require NEMA Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100- 16 100%Submittal 0515-239525 9/16/20 Type 4X stainless steel enclosures. Refer to Division 16 for area environmental hazardous classifications. Outdoor areas require sun shields. B. Elevation. Equipment shall be designed to operate at a ground elevation of approximately 600-ft above mean sea level. C. Temperature. Indoor areas equipment shall be suitable for 10 to 35 degrees C ambient. Outdoor areas equipment shall be suitable for minus 30 to 50 degrees C ambient. Storage temperatures shall range from zero to 50 degrees C ambient. Additional cooling or heating shall be furnished if required by the equipment. D. Relative Humidity. Air-conditioned area equipment shall be suitable for 20 to 95 percent relative, non-condensing humidity. All other equipment shall be suitable for 0 to 100 percent relative,condensing humidity. E. Power Supply. 120 volts AC sources of electric supply shall be unregulated industrial panel boards. 1.10 MAINTENANCE A. Tools 1. None. B. Test Equipment 1. Test equipment shall be provided, together with items such as an instruction manual, carrying/storage cases, a unit battery charger where applicable, special tools, calibration fixtures, cord extenders, patch cords, and test leads, which are not specified but are necessary for checking field operation of equipment supplied under this Section. C. Spare Parts 1. Spare parts shall be as defined in the related specification Sections. All spare parts shall be new and unused. 2. All spare parts shall be individually packaged and labeled. 3. Provide one gallon of touch-up paint, in one-quart containers, for each type and color used for all cabinets, panels, consoles, etc., supplied under the related specification Sections. 4. The spares listed above shall be packed in a manner suitable for long-term storage and shall be adequately protected against corrosion, humidity, and temperature. D. Specialty Tools 1. Any specialty software or hardware tools used on the project must be turned over to the Owner. 1.11 WARRANTY A. Provide equipment warranties per Section 01740,Warranties and Bonds, and herein. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100- 17 100%Submittal 0515-239525 9/16/20 1.12 O&M MANUALS A. Prior to final acceptance of the system and Owner training, O&M manuals covering instruction and maintenance on each type of equipment shall be furnished in accordance with Section 01730, Operating and Maintenance Data. B. The instructions shall be bound in three-ring binders with Drawings reduced or folded for inclusion and shall provide the following as a minimum: 1. A comprehensive index. 2. A complete "As Constructed" set of approved shop drawings. 3. A complete list of the equipment supplied, including serial numbers, ranges, and pertinent data. 4. Full specifications for each item. 5. System schematic Drawings "As Constructed," illustrating all components, piping, and electrical connections of the systems supplied under this Section. 6. Detailed service, maintenance, and operation instructions for each item supplied. 7. Special maintenance requirements particular to this system clearly defined, along with special calibration and test procedures. 8. Operating instructions that incorporate a functional description of the entire system, with references to the systems schematic Drawings and instructions. 9. Complete parts lists with stock numbers and name, address, and telephone number of the local supplier. C. The final documentation shall be new documentation written specifically for this project, but may include standard and modified standard documentation. All standard documentation furnished shall have all portions that apply clearly indicated. All portions that do not apply shall be lined out. D. The manuals shall contain all illustrations, detailed Drawings, wiring diagrams, and instructions necessary for installing, operating, and maintaining the equipment. The illustrated parts shall be numbered for identification. All information contained therein shall apply specifically to the equipment furnished and shall only include instructions that are applicable. All such illustrations shall be incorporated within the printing of the page to form a durable and permanent reference book. E. If the PCSS transmits any documentation or other technical information that he considers proprietary, such information shall be designated. Documentation or technical information that is designated as being proprietary will be used only for the design, construction, operation, or maintenance of the system and, to the extent permitted by law, will not be published or otherwise disclosed. F. The final documentation requirements are as follows: 1. As-built documentation shall include all previous submittals, as described in this specification, updated to reflect the as-built system. Any errors in or modifications to the system resulting from the Factory and/or Field Acceptance Tests shall be incorporated in this documentation. 2. The Hardware Maintenance documentation shall describe the detailed preventive and corrective procedures required to keep the system in good operating condition. Within the complete Hardware Maintenance documentation, all hardware maintenance manuals Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100- 18 100%Submittal 0515-239525 9/16/20 shall make reference to appropriate diagnostics, where applicable, and all necessary timing diagrams shall be included. A maintenance manual or a set of manuals shall be furnished for all delivered hardware, including peripherals. The Hardware Maintenance documentation shall include, as a minimum,the following information: a. Operation Information - This information shall include a detailed description of how the equipment operates and a block diagram illustrating each major assembly in the equipment. b. Preventive Maintenance Instructions - These instructions shall include all applicable visual examinations, hardware testing, diagnostic routines, and the adjustments necessary for periodic preventive maintenance of the system. C. Corrective Maintenance Instructions - These instructions shall include guides for locating malfunctions down to the card-replacement level. These guides shall include adequate details for quickly and efficiently locating the cause of an equipment malfunction and shall state the probable source(s) of trouble, the symptoms,probable cause,and instructions for remedying the malfunction. d. Parts Information - This information shall include the identification of each replaceable or field-repairable module. All parts shall be identified on a list in a Drawing; the identification shall be of a level of detail sufficient for procuring any repairable or replaceable part. Cross-references between the PCSS's part number and manufacturer's part numbers shall be provided. e. System Backup/Restore - This information shall include a detailed description of the procedure for backing up the computer system (including PC and PLC); reloading using a backup; and completely restoring a PC and/or PLC from a backup. PART 2-PRODUCTS 2.1 GENERAL A. Process Control System 1. All instrumentation supplied shall be of the manufacturer's latest design and shall produce or be activated by signals that are established standards for the water and wastewater industries. 2. All electronic instrumentation shall be of the solid-state type and shall utilize linear transmission signals of 4 to 20 mA DC (milliampere direct current); however, signals between instruments within the same panel or cabinet may be 1-5V DC (volts direct current),or the like. 3. Output of equipment not of the standard signals as outlined, shall have the output immediately raised and/or converted to compatible standard signals for remote transmission. No zero based signals will be allowed. 4. All instruments shall be provided with mounting hardware, floor stands, wall brackets, or instrument racks as shown on the Drawings or as required. 5. Equipment installed in a hazardous area shall meet Class, Group, and Division as shown on the electrical Drawings, to comply with the National Electrical Code. 6. All indicators and recorder readouts shall be linear in process units, unless otherwise noted. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100- 19 100%Submittal 0515-239525 9/16/20 7. All transmitters shall be provided with either integral indicators or conduit mounted indicators in process units, accurate to two percent. 8. Electronic equipment shall be of the manufacturer's latest design, utilizing printed circuitry and suitably coated to prevent contamination by dust, moisture, and fungus. Solid-state components shall be conservatively rated for their purpose to assure optimum long-term performance and dependability over ambient atmosphere fluctuations and 0 to 95 percent relative humidity. The field mounted equipment and system components shall be designed for installation in dusty, humid, and slightly corrosive service conditions. 9. All equipment, cabinets, and devices furnished hereunder shall be heavy-duty type, designed for continuous industrial service. The system shall contain products of a single manufacturer, insofar as possible, and shall consist of equipment models that are currently in production. All equipment provided shall be of modular construction and shall be capable of field expansion. 10. The field-mounted digital system equipment and system components shall be designed for installation in dusty,humid, and slightly corrosive service conditions. 11. All electronic/digital equipment shall be provided with radio frequency interference protection and shall be FCC approved. B. Electrical 1. All equipment shall be designed to operate on a 60-Hertz alternating current power source at a nominal 120 volts,plus or minus 10 percent, except where specifically noted. All regulators and power supplied required for compliance with the above shall be provided between power supply and interconnected instrument loop. Where equipment requires voltage regulation, constant voltage transformers shall be supplied. 2. Materials and equipment used shall be UL approved wherever such approved equipment and materials are available. 3. All equipment shall be designed and constructed so that in the event of a power interruption, the equipment specified hereunder shall resume normal operation without manual resetting when power is restored. 2.2 LIGHTNING/SURGE PROTECTION A. Lightning/surge protection shall be provided to protect the electronic instrumentation system from induced surges propagating along the signal and power supply lines. The protection systems shall be such that the protective level shall not interfere with normal operation,but shall be lower than the instrument surge withstand level, and be maintenance free and self-restoring. Instruments shall be housed in a suitable metallic case, properly grounded. Ground wires for all surge protectors shall be connected to a good earth ground, and where practical, each ground wire run individually and insulated from each other. These protectors shall be mounted within the instrument enclosure or a separate NEMA 4 junction box coupled to the enclosure. B. Either a one or multi-stage protection circuit, depending on the application, shall furnish AC power protection. Either a two or three-stage protection circuit, depending on the application, shall furnish I/O protection. C. All wiring, hardware, and connection means shall comply with the National Electric Code and/or applicable local codes. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-20 100%Submittal 0515-239525 9/16/20 D. All suppressors shall have integral mounting brackets to attach 35mm DIN rail conforming to DIN EN50022,with the exception of conduit mounted devices. E. The suppressor shall be mounted as close to the equipment it is protecting as possible. F. Mounting guidelines will be followed as indicated in installation instruction provided by the manufacturer. G. Wires shall be attached to the suppressor by means of a cable-clamping terminal block activated by a screw. Connections shall be gas-tight, and the terminal block shall be fabricated of non- ferrous,non-corrosive materials. H. All wiring points and plug connections shall be"touch safe"with no live voltages that can make contact with a misplaced finger in accordance with IEC 529. I. Connections between AC power systems and electrical and electronic equipment shall meet the following: 1. Surge suppression modules for AC power circuits shall be UL listed or recognized. 2. Surge protection modules shall consist of two parts: a base terminal block and a plug protection module. Base shall directly connect to DIN rail. Replacing a plug shall not require the removal of any wires nor shall it interrupt the signal. Base and plug shall have the ability to be coded to accept only the correct voltage plug. 3. Both plugs and bases shall have a rating of IP20 according to IEC 529. Bases shall have an integral label holder to mark each terminal block. 4. Operating temperature range shall be at least-40°C to+80°C. 5. Surge protection modules for continuous load current equal to 20 Amps or less shall meet the following: a. Surge protection modules shall be designed to withstand a maximum 10 kA test current of an 8/20 microsecond waveform according to IEC 1024 Application Guide A and ANSI/IEEE C62.41 Category C Area. b. Surge protection modules shall consist of a multistage hybrid circuit with staging inductors or resistors to properly coordinate the components. C. Surge protection modules shall have a visual indication of circuit integrity. Devices shall include a SPDT contact rated for at least 250 VAC, 1 Amp, for remote failure indication. d. Bases shall include metal mounting foot, which provides ground connection to DIN-rail. e. Manufacturers shall be Phoenix Contact model series Plugtrab PT 2-PE/S or approved equal. One plug and base required for single phase AC power. 6. Protection modules for continuous load current over 20 Amps shall meet the following: a. Surge protection modules shall be designed to withstand up to a 40 kA test current of an 8/20 microsecond waveform according to IEC 1024 Application Guide A and ANSI/IEEE C62.41 Category C Area. b. Surge protection modules shall have a visual indication of circuit integrity. Devices shall include a SPDT contact rated for at least 250 VAC, 1 Amp, for remote failure indication. C. Manufacturers shall be Phoenix Contact model series Bricktrab or approved equal. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-21 100%Submittal 0515-239525 9/16/20 J. Analog and discrete DIN rail mounted, non-pluggable, high density devices shall meet the following: 1. Surge protection shall consist of a multistage hybrid circuit with staging inductors or resistors to properly coordinate the components. Series resistance shall not exceed 4.7 ohms (plus or minus 10 percent). 2. DIN rail mounted surge protection housing width shall not exceed 6.2mm. 3. Surge protection for analog and digital I/O shall be designed to withstand a 5 kA test current of a (8/20)µs waveform according to IEC 1024 Application Guide A and ANSI/IEEE C62.41 (Line to Ground). Surge handling capability of Line 1 +Line 2 shall be 10 kA of(8/20)µs waveform. 4. Operating temperature range shall be at least-40°C to+85°C. 5. Maximum load current through the surge protection module shall not exceed 250 milliamps for analog and digital signal protection. 6. Cutoff frequency for analog modules shall be 3 MHz for a 50-ohrn system and 1 MHz for a 150-ohm system. Cutoff frequency for digital modules shall be 2 MHz for a 50-ohm system and 600 KHz for a 150-ohm system. 7. Wire size range shall between 24 and 14 AWG. 8. Ex-I modules shall contain only diode and gas tube (no MOV) and shall be isolated from ground by 50OVDC as required by EN 50 020. 9. Manufacturers: a. Phoenix Contact. b. Approved equal. K. Analog Signals (Conduit Mounted) 1. Surge protection shall consist of a multistage hybrid circuit utilizing only diodes and gas discharge tubes but no metal oxide varistors (MOVs). 2. Surge protection for analog and digital 1/0 shall be designed to withstand a 10 ILA test current of a (8/20)µs waveform according to IEC 1024 Application Guide A and ANSI/IEEE C62.41 Category C Area. 3. Surge protection shall not have more than 10 ohms of series resistance. 4. Surge protection shall have a response time less than lµs. 5. Maximum operating voltage shall not exceed 28 VDC. 6. Surge protection shall not have a cutoff frequency less than 400 kHz (for a 600 ohm system) to allow HART protocol and other superimposed smart digital signals to function. 7. Surge protection module shall have an operating temperature range of at least -40°C to +65°C. 8. Maximum load current through the surge protection module shall not exceed 250 irik 9. Manufacturers: a. Phoenix Contact model series PIPETRAB. Protection circuit is mounted in 3/4" stainless steel pipe nipple. b. Approved equal. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-22 100%Submittal 0515-239525 9/16/20 2.3 TUBING AND FITTINGS A. All instrument air header takeoffs and branch connections less than 2-in shall be Type 316 stainless steel. B. All instrument shut-off valves and associated fittings shall be supplied in accordance with the piping specifications and all instrument installation details. Fittings shall be Swagelok 316 stainless steel or equal and valves shall be Whitney 316 stainless steel or equal. C. All instrument tubing shall be fully annealed ASTM A269 Seamless 316 grade free of O.D. scratches and having the following dimensional characteristics as required to fit the specific installation: 1. 1/4-in to 1/2-in O.D. x 0.035 wall thickness. 2. 5/8-in to 1-in O.D. x 0.049 wall thickness. 3. 1-in O.D. x 0.065 wall thickness. 4. 1-1/4-in O.D. x 0.065 wall thickness. 5. 1-1/2-in O.D. x 0.083 wall thickness. 6. 2-in O.D. x 0.095 wall thickness. D. All process connections to instruments shall be annealed 1/2-in O.D. stainless steel tubing,Type 316. E. All tube track shall be supported by stainless steel and installed as per manufacturer's installation instructions. PART 3 -EXECUTION 3.1 GENERAL INSTALLATION A. The process control system, instrumentation, and accessory equipment shall be installed in accordance with the manufacturer's instructions. The locations of equipment, transmitters, alarms, and similar devices shown on the Drawings are approximate only. Exact locations shall be as approved by the Engineer during construction. All information relevant to the placing of process control work shall be obtained in the field. In case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. B. The instrumentation loop diagrams indicate the intent of the interconnection between the individual instruments. Any exceptions should be noted. Two complete sets of approved shop drawings shall be kept at the jobsite during all onsite construction. Both sets shall be marked up identically to reflect any modifications made during field installation or start-up. All markings shall be verified and initialed by the Engineer or his designated representative. C. Following completion of installation and the Operational Readiness Test, one set of the marked- up Drawings shall be provided to the Engineer; the other set shall be retained by the supplier for incorporation of the mark-ups into final as-built documentation. Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-23 100%Submittal 0515-239525 9/16/20 D. The instrumentation installation details on the Contract Drawings indicate the designed installation for the instruments specified. Where specific installation details are not specified or shown on the Drawings, the American Petroleum Institute (API) Recommended Practice 550 shall be followed as applicable. E. All work shall be executed in fiill accordance with codes and local rulings. Should any work be performed contrary to said rulings, ordinances and regulations, the General Contractor shall bear full responsibility for such violations and assume all costs arising therefrom. F. All equipment used in areas designated as hazardous shall be designed for the Class, Group, and Division as required on the electrical Drawings for the locations. All work shall be in strict accordance with codes and local rulings. Should any work be performed contrary to said rulings, ordinances, and regulations, the supplier shall bear full responsibility for such violations and assume all costs arising therefrom. G. Unless specifically shown in the Contract Drawings, direct reading or electrical transmitting instrumentation shall not be mounted on process piping. Instrumentation shall be mounted on instrument racks or stands as detailed on the installation detail Drawings. All instrumentation connections shall be provided with shutoff and drain valves. For differential pressure transmitters, valve manifolds for calibration, testing, and blow down service shall also be provided. For slurries, chemical or corrosive fluids, inline diaphragm seals shall be provided. H. All piping to and from field instrumentation shall be provided with necessary unions, test tees, couplings, adaptors, and shut-off valves. 1. Field instruments requiring power supplies shall be provided with local electrical shutoffs and fuses as required. J. Brackets and hangers required for equipment mounting shall be provided and shall be installed in a workmanlike manner and not interfere with any other equipment. K. The PCSS shall investigate each space in the building through which equipment must pass to reach its final location. If necessary, the PCSS shall be required to ship material in sections sized to permit passing through restricted areas in the building. The PCSS shall also investigate and make any field modifications to the allocated space for each cabinet, enclosure, and panel to assure proper space and access (front, rear, side). L. The shield on each process instrumentation cable shall be continuous from source to destination and be grounded as directed by the manufacturer of the instrumentation equipment, but in no case shall more than one ground point be employed for each shield. M. Lifting rings shall be removed from cabinets/assemblies. Hole plugs the same color as the cabinet shall be provided for the holes. N. The PCSS, acting through the General Contractor, shall coordinate the installation, the placing and location of system components, and their connections to the process equipment panels, cabinets, and devices, subject to the Engineer's approval. The PCSS shall be responsible for ensuring that all field wiring for power and signal circuits is done correctly in accordance with best industry practice and provide for all necessary system grounding to ensure a satisfactory functioning installation. The General Contractor hereunder shall schedule and coordinate his Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-24 100%Submittal 0515-239525 9/16/20 work under this Section with that of the electrical work specified under applicable Sections of Division 16. 3.2 TESTING A. Refer to Section 40 61 21. 3.3 TRAINING A. Refer to Section 40 6126. 3.4 INSTRUMENT DEVICE SCHEDULE A. Instrument Device Schedule itemizes the instruments provided under this contract. The Instrument Device Schedule list is included in Appendix 40 61 00-A. END OF SECTION 406100 Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth o 06100-25 100/o Submittal 0515-239525 9/16/20 APPENDIX 40 61 00-A INSTRUMENT LIST FOR WESTSIDE WATER TREATMENT PLANT PROJECT CITY OF FORT WORTH,TEXAS DRAWN INSTRUMENT OPERATING CONNECT O. DESCRIPTION LOOP NO CITY RANGE OR SET DESCRIPTION ADDITIONAL NOTES SIZE POINT M-3 Magnetic Flow FE/FIT- Meter 11015 1 0-80 MGD Raw Water Flow 30" M-4 Ultrasonic Level LE/LIT- 1 0—XXX inches Filter No. 5 Level Provide Sunshield Meter 16020-05 Differential PDIT- Pole Mounted M-4 Pressure 16030-05 1 0—XXX inches Filter No. 5 LOH Transmitter Transmitter AE/AIT- Filter No. 5 M-4 Turbidity 16040 1 0—xxx PPM-05 Turbidity Magnetic Flow FE/FIT- M-4 16070 1 0—XXX MGD Filter No. 5 Flow Pole mounted 16" Meter 05 Transmitter END OF SECTION 406100 Westside WTP Plate Settler Expansion Project Process Control and Enterprise Management System General Provisions City of Fort Worth 406100-26 100%Submittal 0515-239525 9/16/20 SECTION 406121 -PROCESS CONTROL SYSTEM TESTING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SCOPE OF WORK A. This Section covers the testing requirements for all devices and system furnished and installed and detailed on the Drawings and in the PM&ID's, and as described in the related Sections of Division 40. B. Furnish all labor and materials required to complete all testing as specified. C. Refer to Section 40 6100. 1.3 RELATED WORK A. Refer to Section 40 6100. 1.4 SUBMITTALS A. Refer to Section 40 6100. L5 REFERENCE STANDARDS A. Refer to Section 40 6100. 1.6 QUALITY ASSURANCE A. Refer to Section 40 6100. 1.7 SYSTEM DESCRIPTION A. N/A 1.8 DELIVERY, STORAGE,AND HANDLING A. Refer to Section 40 61 00. Westside WTP Plate Settler Expansion Project Process Control System Testing City of Fort Worth 406121 - 1 100%Submittal 0515-239525 9/16/20 1.9 PROJECT/SITE REQUIREMENTS A. Refer to Section 40 61 00. 1.10 MAINTENANCE A. Refer to Section 40 6100. 1.11 WARRANTY A. Refer to Section 40 6100. 1.12 NOMENCLATURE AND IDENTIFICATION A. Refer to Section 40 6100. 1.13 COORDINATION MEETINGS A. Refer to Section 40 6100. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION 3.1 TESTING -GENERAL A. See execution requirements in Section 40 61 00. B. The PCSS shall test all equipment at the factory prior to shipment. Unless otherwise specified in the individual specification Sections, all equipment provided by the PCSS shall be tested at the factory as a single fully integrated system. C. At a minimum, the testing shall include the following: 1. Unwitnessed Factory Test(UFT). 2. Witnessed Factory Test(WFT). 3. Operational Readiness Test(ORT). 4. Functional Demonstration Test(FDT). 5. 30-day Site Acceptance Test(SAT). D. Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and, upon the system's or subsystem's producing the correct result (effect), the specific test requirement will have been satisfied. Westside WTP Plate Settler Expansion Project Process Control System Testing City of Fort Worth 406121 -2 100%Submittal 0515-239525 9/16/20 E. All tests shall be conducted in accordance with prior Engineer and/or Owner-approved procedures, forms, and all checklists as submitted by the PCSS under Part 1 of this Specification. Each test to be performed shall be described and a space provided after it for sign-off by the appropriate parties after its satisfactory completion. The PCSS shall include "punchlist" forms with the test procedures to document issues that arise during the testing. Punchlist forms, at a minimum, shall include a specification cross reference; an issues description field; a resolution description field; and a sign-off area for the PCSS, Owner, Engineer and AES as applicable. F. Copies of the signed-off test procedures, forms, and checklists will constitute the required testing documentation. The test result forms shall be submitted to the Engineer for approval within 10 days of completion of each test. G. The PCSS shall provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment, and data, provide suitable means of simulation. These simulation techniques shall be defined in the test procedures. H. The PCSS shall coordinate all required testing with the General Contractor, all affected Subcontractors, the AES,the Engineer, and the Owner. I. The PCSS shall furnish the services of field service engineers, all special calibration and test equipment,and labor to perform the factory and/or field tests. J. The Engineer reserves the right to test or retest all specified functions, whether or not explicitly stated on the Test Procedures, as required to determine compliance with the functional requirements of the overall system. Such testing required, to determine compliance with the specified requirements, shall be performed at no additional cost to the Owner. The Engineer's decision shall be final regarding the acceptability and completeness of all testing. K. No equipment shall be shipped until the Engineer and/or Owner has received all test results and approved the system is ready for shipment in writing. L. Correction of Deficiencies 1. All deficiencies in workmanship and/or items not meeting specified testing requirements shall be corrected to meet specification requirements at no additional cost to the Owner. 2. Testing, as specified herein, shall be repeated after correction of deficiencies is made until the specified requirements are met. This work shall be performed at no additional cost to the Owner. 3.2 FACTORY TESTING-UNWITNESSED FACTORY TEST(UFT) A. Prior to shipment of the equipment, the entire system, except primary elements, final control elements, and field-mounted transmitters, shall be interconnected and tested to ensure the system will operate as specified. All analog and discrete input/output points not interconnected at this time shall be simulated to ensure proper operation of all alarms, monitoring devices/functions, and control devices/functions. Westside WTP Plate Settler Expansion Project Process Control System Testing City of Fort Worth 406121 -3 100%Submittal 0515-239525 9/16/20 B. All panels, consoles, and assemblies shall be inspected and tested to verify their conformance with related submittals, Specifications, and Drawings. C. During the tests, all digital system hardware and software shall be operated for at least five days continuously without a failure to verify the system is capable of continuous operation. D. Tests to be performed shall include, but not be limited to, the following. Each of these tests shall be specifically addressed in the Test Procedure submittal. 1. All PLC,RIO and associated enclosures shall undergo a thorough inspection to verify the integrity of the cabinet enclosures, frame structures, paint work and finish, etc. Additionally, the PCSS shall review the panel drawings with the Owner and/or Engineer to ensure they accurately reflect the panel layout and wiring. 2. Panel wire pull tests shall be performed on all wiring to ensure all wining has been connected to the appropriate torque to prevent wires from coming loose. 3. An I/O point checkout of each 1/0 module shall be performed to verify proper operation of the input/output points. To perform this test the PCSS shall provide copies of the PLC configuration files. The verification of the signals will be accomplished via the use of the PLC programming software. The PCSS shall coordinate with the AES to obtain the PLC progran ping software prior to proceeding with the UFT. At a minimum, the UO checkout shall consist of four steps. a. Digital input signals shall be jumpered within the termination connections of the PLC panels and verification of proper alarming, statuses, etc., shall be performed utilizing the tools available in the PLC programming software. b. Analog input signals shall be connected to a signal generator at the termination connections and signals shall be verified at zero percent, 25 percent, 50 percent, 75 percent, and 100 percent of full scale. The appropriate scaled value shall be verified utilizing the tools available in the PLC programming software. C. Digital output signals shall be initiated by the user by writing to the signals utilizing the PLC programming software. Verification shall occur in the PLC panel by connecting a digital multimeter to measure the continuity at the terminations, thus verifying the command from the PLC has properly executed the contact closure. d. Analog output signals shall be initiated by the user by writing to the signals utilizing the PLC programming software. Verification shall occur in the PLC panel by utilizing a digital multimeter to measure the current/voltage generated at the termination points. 4. 100 percent wiring and database address verification of panel components and process controller 1/0 as applicable. 3.3 FACTORY TESTING -WITNESSED FACTORY TEST(WFT) A. The purpose of the WFT is to verify the complete control system functionality, performance, and stability of the hardware and software. The system must operate continuously for 48 hours without failure before the test shall be judged successful. Successful completion of this test, as determined by the Owner and/or Engineer, shall be the basis for approval of the system to be shipped to the jobsite. Westside WTP Plate Settler Expansion Project Process Control System Testing City of Fort Worth 406121 -4 100%Submittal 0515-239525 9/16/20 B. The various tests performed during the WFT shall be designed to demonstrate that hardware and software fulfill all the requirements of the specifications and contract drawings. The test conditions shall resemble as closely as possible the actual installed conditions. The Engineer shall have the authority to require additional tests or retest to verify satisfactory system operation. The Engineer shall have the authority to make the final determination if the system operates satisfactorily. Any additional hardware or software that may be required to successfully verify system operation shall be supplied at no cost to the Owner. C. Tests to be performed by the PCSS shall include, but not be limited to,the following: 1. Perform a system audit to verify all components have been staged for the test. 2. Inspect the system inventory to verify all components have been documented properly with correct model numbers, serial numbers, etc. 3. Demonstrate operability of the control data communication network under anticipated full load conditions. 4. Demonstrate total power failure and recovery. NOTE: the UPS shall be removed for this test. 5. Demonstrate communication failure and automatic recovery. 6. For each hardware enclosure, inspection shall include, but not be limited to, cabinet enclosure, frame structure, paint work and finish, dimensions, and hardware operability (i.e., fans, door hinges, keylocks, etc.). 7. For each sub-panel, inspection shall include,but not be limited to,I/O subsystem physical layout, power supply sizing and mounting, cable routing, wire runs across hinges properly installed, fans and blowers (if required) unobstructed and mounted to maximize air flow, power conditioning correctly installed, and overall layout and installation of components meets manufacturer's recommendations and standard industry accepted practices. 8. Demonstrate operability of all equipment. 9. 100 percent point check of I/O, including wiring. Analog signals shall include verification of zero percent, 25 percent, 50 percent, 75 percent, and 100 percent of scale. Additionally, out of range testing(over and under scale) shall be accomplished. 10. Demonstrate performance of each control strategy including logical failure contingencies (i.e., instrument failures, equipment failures, loss of communication between the Process 1/0 Server and the PLC,loss of peer-to-peer communication, etc.). D. During the test, for a period of time equal to at least 20 percent of the test duration, the Engineer's and/or Owner's representative shall have unrestricted access to the system to perform any additional testing desired or to re-test any previously tested components. E. All analog control panels shall be included in these tests. F. All deficiencies identified during these tests shall be corrected and re-tested prior to completing the WFT as determined by the Owner/Engineer. G. The following documentation shall be made available to the Engineer and Owner at the test site both before and during the WFT: 1. All Contract Drawings and Specifications, addenda,and change orders. 2. Master copy of the test procedure. 3. Bill of material of all equipment and software to be tested including make, model, and serial number. Westside WTP Plate Settler Expansion Project Process Control System Testing City of Fort Worth 406121 -5 100%Submittal 0515-239525 9/16/20 4. Design-related hardware submittal applicable to the equipment being tested. 5. Software documentation submittal. H. The daily schedule during these tests shall be as follows: 1. Morning meeting to review the day's test schedule. 2. Scheduled tests and sign-offs. 3. End of day meeting to review the day's test results and to review or revise the next day's test schedule. 4. Unstructured testing period by the witnesses. I. All test data and procedures followed during testing shall be logged, and certified copies of the logs shall be provided to the Engineer and Owner. J. All travel costs associated with the WFT, including air fare, lodging, car rental, and food for four of the Owner's representatives and one Engineer, shall be the responsibility of the PCSS and shall be included in the contract price. Air fare travel shall be via non-stop flight, originating and terminating either from the Dallas-Ft. Worth International Airport or Dallas Love Airport. 3.4 FIELD TESTING -OPERATIONAL READINESS TEST(ORT) A. Following installation of the process control system components and prior to systems startup and Functional Demonstration Test, the entire system shall be certified (inspected, wired, calibrated, tested, etc., and documented) that it is installed and ready for the ORT as defined below. B. Loop/Component Inspections and Tests: All devices and systems shall be checked for proper installation, calibrated, and adjusted on a loop-by-loop and component-by-component basis to ensure that it is in conformance with related submittals and these Specifications. C. The Loop/Component Inspections and Tests shall be implemented using Engineer-approved forms and checklists. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the following information and check-off items with spaces for sign-off by the system supplier: 1. Project Name, Test Date, PCSS Name, and Lead PCSS Technician Name. 2. Loop Number. 3. Tag Number for each component. 4. Check-offs/sign-offs for each component: Tag/identification; installation; termination (wiring and tubing); scale, range, and setpoint as applicable; and calibration/adjustment (four-point for analog, set point for switches)rising and falling, 5. Check-offs/sign-offs for the loop: Panel interface terminations; I/O interface terminations; I/O signal operation; inputs/outputs operational (received/sent, processed, adjusted); total loop operation; process controller scaling and adjustment; and space for comments. 6. Each active Analog Subsystem element and each I/O module shall have a Component Calibration Sheet. These sheets shall have the following information, spaces for data entry, and a space for sign-off by the PCSS. Westside WTP Plate Settler Expansion Project Process Control System Testing City of Fort Worth 406121 -6 100%Submittal 0515-239525 9/16/20 a. Project Name. b. Loop Number. C. Component Tag Number of I/O Module Number. d. Component Code Number Analog System. e. Manufacturer(for.Analog system element). f. Model Number/Serial Number(for Analog system). g. Summary of functional requirements shall include, but not be limited to, scale and chart ranges of indicators, recorders, and transmitters/converters; functions of computing elements; and parameters of controllers (i.e., proportional, integral, derivative,reverse/forward acting, etc.). It. Calibrations shall include testing of analog input and output signals at zero, 10, 50, and 100 percent of span. Where appropriate, discrete input signals shall include details regarding actual trip points and reset points. i. Space for comments. j. Space for sign-off by the PCSS. D. The PCSS shall maintain the Loop Status Reports sheets at the job site and make them available to the Engineer/Owner at any time. E. These inspections, calibrations, and tests do not require witnessing. However, the Engineer will review Loop Status Sheets and spot-check the PCSS test process periodically. Any deficiencies found shall be corrected by the PCSS prior to commencement of the Functional Acceptance Test. F. Prior to checkout of the I/O to the HMI, the PCSS shall thoroughly test all I/O from the field device to the PLC terminals, and verify the PLC is powered up and the PLC is communicating to the SCADA servers. After the PCSS has successfully tested all I/O fiom the field devices to the PLC terminals,the PCSS and AES shall test all I/O from the HMI to the field device. G. Computer-Manual (i.e., Remote-Manual) start/stop, open/close commands of all devices controlled by the SCADA system shall be verified by the PCSS during the ORT. H. For all enclosures, heat load tests shall be performed to ensure proper cooling/ventilation is being provided. Temperature documentation shall be submitted to the Engineer and/or Owner for verification. I. Upon successful completion of the ORT, the PCSS shall submit a record copy of the test results to the Owner and Engineer and request the scheduling of the FDT as noted in the following section. 3.5 FIELD TESTING-FUNCTIONAL DEMONSTRATION TEST(FDT) A. Prior to startup and the 30-day Site Acceptance Test, the control system shall be certified that it is ready for operation. All preliminary testing, inspection, and calibration shall be complete as defined in the ORT. The FDT will be a test by the PCSS and AES. B. Once all process areas has been started up and are operating, a single witnessed FDT shall be performed on each system to demonstrate that it is operating and in compliance with these Specifications. A witnessed FDT shall be performed on each process area in a single testing Westside WTP Plate Settler Expansion Project Process Control System Testing City of Fort Worth 406121 -7 100%Submittal 0515-239525 9/16/20 period. Each specified function shall be demonstrated on a paragraph-by-paragraph, loop-by- loop, and site-by-site basis. C. Loop-specific and non-loop-specific tests shall be the same as specified under WFT, except that the entire installed system shall be tested and all functions demonstrated using live field-based data to the greatest extent possible. D. Updated versions of the documentation specified to be provided for during the factory tests shall be made available to the Engineer at the job site both before and during the tests. In addition, one copy of all updated O & M Manuals shall be available for reference at the job site, both before and during testing. E. The daily schedule specified to be followed during the factory tests shall also be followed during the FDT. F. During the FDT, a demonstration of cormnunication failure and recovery shall be accomplished. This test shall be scheduled and coordinated with Owner's personnel to minimize the impact on plant operations. G. Following initial startup, the entire process control system shall operate for a continuous 100 hours without failure before this test will be started. H. Punchlist items and resolutions noted during the test shall be documented on the Punchlist/Resolution form. In the event of rejection of any part or function test procedure, the PCSS shall perform repairs,replacement, and/or retest within 10 days. 1. Upon successful completion of the FDT, the PCSS shall submit a record copy of the test results to the Owner and Engineer and request the scheduling of the SAT as noted in the following section. 3.6 FIELD TESTING- 30-DAY SITE ACCEPTANCE TEST (SAT) A. After completion of the Functional Demonstration Tests, the system shall undergo a 30-day Site Acceptance Test (SAT), under conditions of full plant process operation, without a single non-field-repairable malfunction. B. During this test,plant operations and PCSS personnel shall be present as required to address any potential issues that would impact the overall system operation. The PCSS is expected to provide personnel for this test who have an intimate knowledge of the hardware and software of the system. When PCSS personnel are not on-site, the PCSS shall provide cell phone/pager numbers that Owner personnel can use to ensure that support staff are available by phone and/or on-site within four hours of a request by operations staff. C. While this test is proceeding, the Engineer and Owner's Agent shall have full use of the system. Only plant operating personnel shall be allowed to operate equipment associated with live plant processes. Plant operations shall remain the responsibility of Owner and the decision of plant operators regarding plant operations shall be final. Westside WTP Plate Settler Expansion Project Process Control System Testing City of Fort Worth 406121 -8 100%Submittal 0515-239525 9/16/20 D. Any malfunction during the tests shall be analyzed and corrections made by the PCSS. The Engineer and/or Owner will determine whether any such malfunctions are sufficiently serious to warrant a repeat of this test. E. Any malfunction during this 30 consecutive day test period which cannot be corrected by the PCSS's personnel within 24 hours of occurrence, or more than two similar failures of any duration, will be considered as a non-field-repairable malfunction. Upon completion of repairs by the PCSS, the SAT will be re-started from the date which the PCSS successfully corrected the malfunction(s) and the Owner and Engineer have accepted and signed off on the repairs. F. In the event of rejection of any part or function, the PCSS shall perform repairs or replacement within 10 days. G. All data base, process controller logic, and graphical interface system errors must be functioning as required per the specifications prior to the start of each test period. The 30-day test will not be considered successful until all data base points and logic functions are tested and verified to be correct. H. The SAT test is considered successful if the total availability of the system is greater than 99.5 percent. The SAT test shall be restarted or repeated in its entirety if availability if less than 99.5 percent. Availability shall be defined as: Availability in percent= 100 * [(Total Testing Time—Down Time)/Total Testing Time] I. Down times due to power outages or other factors outside the normal protection devices or backup power supplies provided shall not contribute to the availability test times above. J. A failure is the inability of a component to perform its function regardless of the cause or severity of the failure. K. Failures may range in severity from loss of a single keyboard contact, to inoperability of a workstation or print device, to complete inoperability. L. Failures may be caused by hardware or software faults. Software faults will be charged against the appropriate hardware component. M. Failures may be continuous or intermittent. An intermittent failure is a failure that occurs and then disappears before corrective maintenance can be completed. Examples of intermittent failures include,but are not limited to, the following: 1. Communication errors caused by defective master station equipment. 2. "Sticky"keyboard contacts. 3. Peripheral device errors. 4. Operating system errors. N. Downtime is the period of time between notification that a failure has occurred and notification that repair has been completed. 1. For intermittent failures, downtime is the accumulation of the greater of the actual duration of each intermittent failure or 15 minutes per occurrence. This accumulation starts at failure modification and ends at repair complete notification, subject to verification of the repair by the Owner. Westside WTP Plate Settler Expansion Project Process Control System Testing City of Fort Worth 406121 -9 100%Submittal 0515-239525 9/16/20 2. Verify the end of downtime by testing repairs. O. A component is any equipment that is consistent in nature and function as those specified. Component examples include, but are not limited to, operation workstations, PLC/RIOs, disk and tape drives, the mater station computers, printers, data network, modems and similar hardware. P. Availability is the fraction of operating time a component is capable of performing its intended function. Q. A PLC or RIO unit is considered down and downtime will be recorded upon occurrence of any of the following: 1. Errors in data translation. 2. Loss of numerical data. R. Throughout the duration of the 30-day SAT, no software or hardware modifications shall be made to the system without prior approval from the Owner and Engineer. S. Upon successful completion of the 30-day operation test and subsequent review and approval of complete system final documentation, the system shall be considered substantially complete and the warranty period shall commence. T. Certification of Installation: Following successful completion of the 30-day test, the PCSS shall issue a Certification of Installation. Certification shall be on PCSS corporate letterhead and signed by an officer of the firm. Certification shall state that the process control system has been completed in conformance with plans and specifications. Certification shall be submitted to the Engineer as specified herein. END OF SECTION 406121 Westside WTP Plate Settler Expansion Project Process Control System Testing City of Fort Worth 406121 - 10 100%Submittal 0515-239525 9/16/20 SECTION 406126 -PROCESS CONTROL SYSTEM TRAINING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SCOPE OF WORK A. This Section covers the training requirements for all devices and systems furnished and installed as detailed on the Drawings and specifications. 1.3 RELATED WORK A. Refer to Section 40 6100. 1.4 SUBMITTALS A. Shop drawings and product data in accordance with Section 01300, showing materials of construction and details of installation. B. Statement of Qualifications: 1. Submittal of instructor's credentials, lesson plans, instructional materials, training aids, and other training information required by the individual Sections in Divisions 2 through 16 of the Project Manual shall be coordinated with the training schedule. a. Submit for approval the credentials of the equipment manufacturer's representative who is to be the course instructor. Include instructor's name, education, laiowledge of equipment, experience as a trainer and employment history with the manufacturer. b. Submit lesson plans for approval. Lesson plans shall contain a statement of the instructional objectives of the training, a training outline, credentials of the instructor, audio/visual requirements, a history of the training material to be used, and the desired schedule time(s) and date(s). Lesson plans must be approved prior to scheduling training. Once a lesson plan is approved, a request for training to be scheduled may be submitted to the engineer. Four weeks shall be allowed for training to be scheduled. The lesson plan shall cover all components of equipment, regardless of source of supply or manufacturer, and shall include: 1) A title page containing: Title of the Lesson Plan,product name and model of equipment; name of manufacturer, manufacturer address, phone number and fax number; name and phone number of manufacturer's contact; job location; Contract No.; specification number; contractor name, address and Westside WTP Plate Settler Expansion Project Process Control System Training City of Fort Worth 406126- 1 100%Submittal 0515-239525 9/16/20 phone number; sub-contractor name, address, phone - if applicable; submittal number assigned by contractor; and submittal date. 2) A table of contents listing the headings: Instructional objectives; training outline; credential of instructor(s); audio/visual requirements; training materials to be used; desired schedule time. 3) A detailed instructional objective statement on the goal(s) intended to have been achieved by the end of the training session. 4) A training outline indicating the category of training (operation, maintenance, and electrical instrumentation); description of the session; length, type (classroom or field); and the instructor. Include anticipated time allocations for each topic, including adequate and realistic time allocations for questions, discussions,etc. 5) The credentials of instructors are to include name, education, knowledge of equipment, experience of trainer, and employment history with manufacturer. 6) The audio/visual requirements listing specific equipment that is required for training. 7) A list of all training materials to be used. Training aids may include a mark- up, model, sample, or other devise used during a training class to help demonstrate the maintenance operation or control of equipment. 8) A request of schedule dates and times for the training session. 1.5 REFERENCE STANDARDS A. Refer to Section 40 6100. 1.6 QUALITY ASSURANCE A. Refer to Section 40 6100. 1.7 SYSTEM DESCRIPTION A. None. 1.8 DELIVERY, STORAGE, AND HANDLING A. None. 1.9 PROJECT/SITE REQUIREMENTS A. None. 1.10 MAINTENANCE A. Refer to Section 40 61 00. Westside WTP Plate Settler Expansion Project Process Control System Training City of Fort Worth 406126-2 100%Submittal 0515-239525 9/16/20 1.11 WARRANTY A. Refer to Section 40 6100. 1.12 NOMENCLATURE AND IDENTIFICATION A. Refer to Section 40 6100. PART 2-PRODUCTS (NOT USED) PART 3 -EXECUTION 3.1 GENERAL A. Refer to Section 40 6100. 3.2 TRAINING A. General 1. The cost of training programs for the Owner's personnel shall be included in the Contract price. Where practical, the training and instruction shall be directly related to the system being supplied. The training program shall represent a comprehensive program covering all aspects of the operation and maintenance of the system as it relates to the new and modifications that are being made under this contract. 2. Training shall be conducted at the manufacturer's training facility, PCSS's training facility, and the Owner's facilities. 3. All technicians, operators, Engineers, and managers of the facility shall require training on the Control System. The training courses shall address operation, maintenance, and troubleshooting of the system provided. The courses shall be designed specifically for the type of personnel attending, such as operators,Engineers, etc. 4. All training schedules shall be coordinated with and at the convenience of the OWNER. Shift training may be required to correspond to the OWNER's working schedule. 5. All instructors must be intimately familiar with the operation and control of the OWNER'S facilities. 6. Provide detailed training manuals to supplement the training courses. The manuals shall include specific details of equipment supplied and operations specific to the project. 7. The trainer shall make use of teaching aids, manuals, slide/video presentations, etc. After the training services, all training materials shall be delivered to OWNER. 8. The OWNER reserves the right to videotape all training sessions. All training tapes shall become the sole property of the OWNER. 9. For each training, outline the prerequisites and make recommendations on who (i.e., operators,maintenance, or supervisory personnel) should attend these training sessions. 10. Ensure that the instructor does not perform other duties that will interrupt instruction during this period. Westside WTP Plate Settler Expansion Project Process Control System Training City of Fort Worth 406126-3 100%Submittal 05 l 5-239525 9/16/20 11. For onsite training, include the costs for the instructor's travel, subsistence, and lodging. Course lengths specified for onsite training are for actual instruction time. For additional time required for travel, include the cost for instructor per diem expenses. Include course fees and course material costs. 12. The training shall be structured as follows: a. The system training program shall be structured such that the operating personnel will understand the system's operation and the functions available in the system. b. The level and amount of training will be based on the understanding of the individual staff members. Preventive and corrective maintenance of software and hardware shall be presented. C. A number of basic theory courses shall be provided to give the operators an appreciation of how the system can help them perform their jobs. d. Additional detailed training for several selected personnel shall include an introduction to systems, hardware and software overview, and an overview of computer system fundamentals. e. The operators of the system shall be trained in the operation of the operator's console and its peripherals. f. A maintenance training program shall cover the operator interface software, peripherals, data highway, and PLCs. Instrumentation technicians and other chosen plant personnel shall be trained in software development and maintenance, and structured programming techniques. 13. Cost of Travel a. The costs associated with the manufacturer's and factory training sessions shall be included as part of the PCSS work of this Section. The travel costs incurred by the OWNER's personnel while participating in the system supplier's manufacturers and factory training sessions shall be borne by the City. 14. The following training courses listed in the summary table shall, as a minimum, be provided: Course Duration Number of Description hours Personnel Student Hours Field Training Field Instruments PCSS responsibility) 4 4 16 Operator(Pre-Startup) AES responsibility) 4 4 16 Operator(Post-Startup) AES responsibility) 4 4 16 B. Field Training 1. Field Instruments a. Provide instruction on the maintenance of the field instrumentation for the OWNER's instrumentation technicians. This training shall be conducted before the FDT, but no more than one month before and at a time suitable to the OWNER. This training shall take place at the OWNER'S facility. As a minimum, the following shall be included: Westside WTP Plate Settler Expansion Project Process Control System Training City of Fort Worth 406126-4 100%Submittal 0515-239525 9/16/20 1) Training in standard hardware maintenance for the instruments provided. 2) Specific training for the actual instrumentation configuration to provide a detailed understanding of how the equipment and components are arranged, connected, and set up for this Contract. 3) Test, adjustment, and calibration procedures. 4) Troubleshooting and diagnosis. 5) Periodic maintenance. 2. Operator Training a. Training personnel shall be intimately familiar with both the Control System and the Plant Process. The PCSS shall provide trainers that are familiar with the designed operations of the plant and how the control system executes the operation. b. One or two operator training session (Pre-Startup) for operators shall be held 1 week before system startup. The pre-startup training shall make use of the Simulator specified in this project. An additional one or two operator training session (Post-Startup) for operators shall be held one week after system startup. Sessions will be held in four-hour blocks. C. Plant Operator field training shall be held at the convenience of the Owner. The PCSS shall be prepared to hold this training during the day, late at night, or very early in the morning to accommodate the Owner's shift schedule. d. Plant Operator field training shall be structured specifically for operations type personnel. Training personnel shall be prepared to show the operators how to operate the plant from the Control System level in the event of Control Room equipment failure. Additionally, such topics as changing printer ribbon, changing printer or video copier paper, printing reports on demand, copying graphic displays, signing-on the system, creating graphic generated trends, etc. shall be discussed. e. Plant Operator field training shall be introductory in nature during pre-startup training and more in-depth and detailed during post-startup training. f. The PCSS shall, at a minimum, have the following teaching aids available for distribution during Plant Operator field training sessions: 1) Preliminary O&M Manuals (pre-startup); Final O&M Manuals (post- startup). 2) Process, Mechanical, and Instrumentation Diagrams as presented in the Contract documents. 3) Daily syllabus. 4) Fifty percent of all Plant Operator field training shall be "hands on" utilizing the installed Control System to the fullest extent possible. The PCSS shall ascertain the operability of the Control System before commencing training. Training performed using a non-functioning Control System shall be rejected and repeated. END OF SECTION 406126 Westside WTP Plate Settler Expansion Project Process Control System Training City of Fort Worth 406126-5 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY BLANK Westside WTP Plate Settler Expansion Project Process Control System Training City of Fort Worth 406126-6 100%Submittal 0512-239525 09/16/2020 SECTION 406196 -PROCESS CONTROL DESCRIPTIONS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Develop the control system applications to implement the operational control descriptions for all systems as specified in Part 3. All SCADA PLC programming shall be done by the Application Engineering Services (AES). This section is provided to clarify control strategies to be used to program the system. 1.02 RELATED WORK- A. General instrumentation and control requirements are included in Section 40 6100. B. Refer to the Process,Mechanical and Instrumentation Drawings (PM&IDs). C. Field Input/Output(1/0) signals are included in Section 40 6100,Appendix A. PART 2-PRODUCTS (NOT USED) PART 3 -EXECUTION 3.01 GENERAL A. The Control Descriptions are sorted by PM&ID number. Each loop is associated with a specific SCADA PLC I/O cabinet location to which it shall communicate. B. The loop descriptions are broken into a hierarchical layer concept. There may be one layer or multiple layers per loop, depending upon that loop. An example of multiple layered loops are as follows: The lowest layer of control, local control, is at that piece of equipment or that piece of equipment's panel or drive. The second layer of control is at an intermediate control panel between the equipment and the SCADA 1/0 or vendor's PLC I/O. The third layer would be at the vendor's PLC or microprocessor touch screen station. The highest layer of control is by the SCADA PLC system with its associated operator workstations (OWS)in the main control room, remote office locations, and satellite locations. The SCADA PLC/ OWS refers to both the SCADA PLC, which does the actual monitoring and control logic for the process equipment and the SCADA OWS, which are computers that have graphical software that interface to the PLC software for monitoring and implementing all operator-required tasks to control that process equipment. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196- 1 100%/Submittal 0512-239525 09/16/2020 3.02 CONTROL FUNCTION DEFINITIONS AND GENERAL CRITERIA A. The following control loop narratives shall be used in conjunction with all project drawings. Logic descriptions are provided for both the HMI and PLC software required under this contract. B. For all controlled devices such as pumps, valves, etc., if the device is commanded to Start or Stop (or Open or Close) by the PLC and the device feedback state does not match the commmanded state within a preset time, an equipment Discrepancy Alarm is generated by the PLC for display and alarming at the HMI and the device is commanded to Stop (valves shall remain in the last state). If a duty pump, or system, is commanded to start and does not start within the preset time, an alarm shall be generated by the PLC for display and alarming at the HMI. The operator shall then determine whether or not to start the standby pump or system. Also, if a device feedback state does not match the commanded state at any time, excluding the change of state described above, an equipment Failure Alarm is generated by the PLC for display and alarming at the HMI and the device is commanded to Stop (valves shall remain in the last state). After a Discrepancy Alarm occurs the device cannot be started again until the Operator at the HMI has issued a Reset. All controlled devices with feedback shall generated Failure alarms at the PLC for display and alarming at the associated process graphic displays even if not shown on the loop drawings. C. All analog alarms shall be generated at the PLC level and shall be generated by the PLC as follows: If the analog point's value exceeds or drops below the alarm limit value, then an alarm shall be generated at the PLC for display and alarming at the HMI. To eliminate excessive alarm reporting, the analog point shall remain in alarm until the analog point's value returns beyond the limit set by the analog limit deadband. D. For all analog points (such as level, flow, pressure, etc.), if the value of the analog point is below a value of 2 mA since the last time the analog point was scanned by the PLC, Loss-of- Signal shall be generated at the PLC for display and alarming at the HMI. The alarms shall remain in effect until the value is within the normal signal range (4-20 mA) the next time the analog point is scanned by the PLC. All analog points shall generate a Loss-of-Signal Alarm at the PLC for displaying and alarming on the associated process graphic displays even if not shown on the loop drawings. E. For all analog points (such as level, flow, pressure, etc.), if the value of the analog point is above or below the transmitter range, Out-Of-Range alarm shall be generated at the PLC level and the alarm transmitted to the HMI (if applicable). F. All alarm and control set points shall be adjustable by the Operator at the HMI unless specifically stated otherwise, even if not shown on the drawings. These set points shall be password protected to allow access by only the Operators who are given clearance by the Owner. Some alarms and/or set points shall be hard coded in the PLC and not adjustable by the Operator. Generally, hard coded values will be alarms and/or set points that are not anticipated to change. G. Preclusion logic shall be added to all applicable alarms. This logic will prevent secondary alarms that are a direct result of a primary alarm from being annunciated. For example, station power failure should not cause a circuit breaker-tripped alarm to be annunciated. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-2 100%/Submittal 0512-239525 09/16/2020 H. Runtimes for all motorized equipment shall be totalized in the PLC and indicated at the HMI with 0.1 (tenth)hour resolution even if not shown on the loop drawings. Two runtimes shall be calculated. One shall be an overall accumulated runtime and the other shall have the capability to be reset by the user via the HMI. Security will be configured such that only a supervisory level user will be able to perform this reset function. Runtime reports shall include hourly and daily totals. I. All flows shall be totalized in the PLC as daily totals or cumulative totals even if not shown on the loop drawings. Daily totals will be reset at midnight and then displayed as "Yesterday's Total Flow" at the HMI. Flow rates and flow totals shall be indicated and recorded at the HMI. When a valve is closed or a pump is not running, the flow totalizer shall not accumulate values caused by noise or errors in calibration. J. All software adjustable alarm set points accessible from the HMI shall have adjustable deadbands unless specifically noted otherwise. K. All process analog inputs are displayed, historically collected and trended. Low-low, low, high and high-high alarms shall be calculated at the PLC for display and alarming at the HMI. Nuisance alarms, such as low turbidity, shall be inhibited. When a valve is closed or a pump is not running, the analog flow signal associated with that valve or pump shall not generate a low flow alarm, and it shall be forced to a zero valve. L. Plant personnel must acknowledge all alarms before they can be cleared. No alarm shall clear automatically until it has been acknowledged. M. For all variable speed pumps, if the pump is commanded to run at a specific speed and the speed feedback signal deviates from the commanded speed by a preset deadband for a preset time period, a speed deviation alarm is generated by the PLC for display and alarming at the HMI. N. All tuning parameters for each PLC software PID controller are entered at the HMI. Tuning trends are provided to tune and monitor each PID operation. Tuning parameters settings are password protected. 3.03 CONTROL DESCRIPTIONS A. The process control descriptions shall be used in conjunction with all project drawings. These descriptions are presented in the following outline format. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-3 100%/Submittal 0512-239525 09/16/2020 1. Raw Water and Ozone Contact Basin Overview Raw water is delivered to the Westside Water Treatment Plant(WSWTP)from the Tarrant Regional Water District(TRWD)via a 54-inch pipeline. The water from the 54-inch pipeline flows through a Raw Water Meter Vault where flow is measured as it travels to the Ozone Contact Basin. A 30"modulating flow control valve in the Raw Water Meter Vault controls water flow into the Ozone Contact Basin. After passing through the Ozone Contact Basin,water enters the Coagulation, Flocculation, and Sedimentation process through the Ozonated water channel. The detailed control loop narratives for the Coagulation,Flocculation, and Sedimentation process are found in Section 2. Although not considered raw water,water from the two Washwater recovery basins is pumped into the 54-inch Raw Water Pipeline by Washwater recycle pumps. The level of each basin is monitored and the flow from the pumps is measured. The detailed control loop narratives for this process are found in Section 5. The Raw Water and Ozone Contact Basin system is composed of the following loops: Loop Number Description 11000 Raw Water Pressure 11015 Raw Water Flow 11020 Raw Water Flow Control Valve 15005 Inlet Riser Box Level 15010 Basement Flood 15015 Injector J-Tube Valves 15020 Contact Basin Ozone Residual 1.1 54-Inch Raw Water Pipeline Pressure PLC: PLC-HS-A/PLC-HS-B PM&ID: M-3 LOOP(S): 11000 1.1.1 Overview Raw water is delivered to the WSWTP by the 54-inch raw water pipeline. The pressure in the 54-inch raw water pipeline shall be indicated, historically collected, and trended at the HMI. 1.1.2 Local Manual Control No Local Manual control is provided. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-4 100%/Submittal 0512-239525 09/16/2020 1.1.3 Local Automatic Control No Local Automatic control is provided. 1.1.4 Computer Manual Control No Computer Manual control is provided. 1.1.5 Computer Automatic Control No Computer Automatic control is provided. 1.1.6 Permissives There are no permissives associated with the 54-inch raw water pipeline pressure transmitter. 1.1.7 Interlocks There are no interlocks associated with the 54-inch raw water pipeline pressure transmitter. 1.1.8 Field Alarms There are no field alarms associated with the 54-inch raw water pipeline pressure transmitter. 1.1.9 Calculated Alarms The following computer calculated alarms for the 54-inch raw water pipeline pressure transmitter are provided: ■ 54-inch Raw Water Pipeline Pressure High-High ■ 54-inch Raw Water Pipeline Pressure High ■ 54-inch Raw Water Pipeline Pressure Low ■ 54-inch Raw Water Pipeline Pressure Low-Low ■ 54-inch Raw Water Pipeline Pressure Loss of Signal 1.1.10 Calculated Variables There are no calculated variables associated with the 54-inch raw water pipeline pressure. 1.2 Raw Water Flow PLC: PLC-HS-A/PLC-HS-B PM&ID: M-3 LOOPS: 11015 1.2.1 Overview Raw Water is delivered to the Westside Water Treatment Plant by a 54"pipeline. The Raw Water flow is measured by a dual path transit-time flow meter located in the Raw Water Meter Vault. The Washwater Recycle flow shall be added to the Raw Water flow to provide the total flow to the Ozone Contact Basins. Continuous flow and totalized flow, for the Total flow to Ozone Contact Basins, shall be Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-5 100%/Submittal 0512-239525 09/16/2020 recorded and trended for historical purposes. The total flow to the Ozone Contact Basins shall be used as a flow pacing signal for multiple chemical systems. 1.2.2 Permissives There are no permissives associated with the Raw Water Flow. 1.2.3 Interlocks There are no interlocks associated with the Raw Water Flow. 1.2.4 Field Alarms There are no Field Alarms associated with the Raw Water Flow. 1.2.5 Calculated Alarms The following computer calculated alarms associated with the Raw Water Flow are provided: ■ Loss-of-Signal Alarm ■ Out-of-Range Alarm 1.2.6 Calculated Variables The following computer calculated variables associated with the Master Backwash Control Valve are provided: ■ Totalized Raw Water Flow 1.2.7 Field Inputs and Outputs Field Input and Output points are listed in the Instrumentation Input/Output List (40 61 00, Attachment A) and depicted on the electrical drawings. 1.3 Raw Water Flow Control Valve PLC.• PLC-HS-A/PLC-HS-B PM&ID: M-3 LOOP(S): 11020 1.3.1 Overview The Raw Water Flow Control Valve shall be used to vary the Raw Water Flow rate going to the Ozone Contact Basin. 1.3.2 Local Manual Control The local control station located at the valve shall be provided with the equipment and devices as shown. From the local control station an operator shall place the valve in local or remote mode. When the valve is in local mode, an operator shall be able to position the valve from the local control station. When the valve is in remote mode, an operator shall be able to control the valve under computer control. 1.3.3 Controller Manual Control Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-6 100%/Submittal 0512-239525 09/16/2020 A computer Auto/Manual switch shall be provided at the HMI. When the associated Local/Remote switch in the field is in the REMOTE position and the valve is under Computer Manual Control, an operator shall be able to manually position the valve from the appropriate process graphic at the HMI. 1.3.4 Controller Automatic Control No Computer Automatic Control is provided. 1.3.5 Permissives There are no permissives associated with the Raw Water Flow Control Valve. 1.3.6 Interlocks There are no field interlocks associated with the Raw Water Flow Control Valve. 1.3.7 Field Alarms There are no field alarms associated with the Raw Water Flow Control Valve. 1.3.8 Calculated Alarms The following computer calculated alarms associated with the Raw Water Flow Control Valve are provided: ■ Discrepancy Alarm ■ Equipment Failure Alarm 1.3.9 Calculated Variables There are no computer calculated variables associated with the Raw Water Flow Control Valve. 2. Filtration and Backwashing Overview The filtration process removes any remaining particulate matter carried over from the sedimentation process. The WWTP's filtration facility includes four filters that share water from a settled water channel. Two filter Operator Interface Terminals (OITs)will be provided. One OIT shall be located in the filter gallery and shall be mounted on a portable pedestal stand that can be positioned to observe the backwash and avoid sunlight glare. There will be seven ports from which the pedestal stand may be connected to the Westside SCADA network. The other OIT shall be panel mounted on PLC-FLT-AB enclosure in the electrical room of the Administration Building. All control will be executed through the PLCs. The interface to the PLCs will be from the plant distributed control system HMI or from the individual OITs. During normal operation (filter in service), the water enters the top of the filter through the filter influent valve and gravity pulls the water through the filter media. Once the water has been filtered, it exits the filter through an effluent rate-of-flow controller(a combination of a 16-inch Magmeter and a 16-inch modulating effluent control valve). This rate-of-flow controller at each filter effluent pipe allows plant operators to maintain operation at a relatively constant filtration rate. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-7 100%/Submittal 0512-239525 09/16/2020 Filter media loss of head(LOH) and filtered water turbidity, as well as filter level are all measured and monitored by the SCADA system and indicated at the HMI and filter OITs. The filters will be operated to either maintain a level in the settled water channel (Level mode), or maintain a constant flow through the individual filters (Flow mode). Flow may be set manually at the HMI/OIT(Flow mode), or automatically using a master level controller for the Settled Water Channel (Level mode). An increase in influent plant flow causes an increase in the Settled Water Channel level. The master level controller will then signal all filter flow controllers to open their associated filter effluent valves to adjust to the increased influent flow. Similarly, a decrease in influent plant flow causes a reverse adjustment. Additionally, the level in the Settled Water Channel is used as a criterion to determine if additional filters should be placed in service or taken out of service. Plant operators will make the decision regarding putting in service or taking out of service, filters 1 through 4. The process of filtration naturally leaves particulate matter in the filter media. The buildup of this particulate reduces the efficiency and performance quality of the filter and a filter backwash is then indicated and initiated by plant operators. During a filter backwash, a concurrent air/water wash system removes the particulate matter trapped in the filter media, restoring filtration capacity. The backwash cycle is operator initiated. A filter that requires a backwash is alarmed by high filtered water turbidity; high media head loss, or high filter in-service time. There are two modes of starting and controlling the backwash process,Manual backwash mode and Automatic Backwash mode. "Automatic Backwash"and"Manual Backwash"pushbuttons shall be provided at the HMI. If"Automatic Backwash" is selected at the HMI, all filter valves shall be placed in Auto mode. If"Manual Backwash" is selected at the HMI, all filter valves shall be placed in manual mode. The filters have five possible states: 1. In service 2. Out of service 3. Unknown 4. Safe 5. Backwash in progress The following is a description of each of the above five states. In service The filter is in service if the associated flow control outlet valve is not closed. Out of service Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-S 100%/Submittal 0512-239525 09/16/2020 When a backwash is not in progress and the backwash inlet valve,the waste backwash outlet valve, the master backwash control valve,the flow control outlet valve and the air scour inlet valve are closed,the filter is out of service. Safe The filter is in the safe state when all associated valves are closed. Unknown When the valves do not match the positions described in the three other states of in service, out of service, and backwash in progress, it is said to be in an unknown state. When this occurs, an alarm is generated and displayed on the alarm summary. Backwash in Progress In this state,the valves are manipulated as described below. The operator will be notified that a filter needs to be backwashed when the Loss of Head exceeds an operator settable high set point or the filter is in service for a time exceeding an operator settable set point or the turbidity exceeds an operator settable set point. I Filter Backwash General Requirements l. Only one filter can be backwashed at a time, whether the backwash is done as part of an automatic backwash manually initiated, or is fully manual. A software interlock will verify that only one filter is in Backwash at a time. 2. The control screens on the HMI and OIT should be functionally equivalent in layout and control options as much as possible. Exceptions are noted when appropriate. 3. There shall be 2 backwash start options at the HMI: "start backwash and go to in service", or"start backwash and go to out of service". If"start backwash and go to in service"is selected, after the backwash is completed the filter will go to"in service"state. If"start backwash and go to out of service" is selected, after the backwash is completed the filter will go to "out of service" state. 4. A table at the OIT and HMI shall display each flter's state of operation. A filter may be"in service", "out of service", "backwash in progress","safe", or"unknown" state. When the filter is in "backwash in progress"state,the following steps of the backwash sequence shall be displayed as they occur: a) Filter draw down b) Air Scour c) Air Scour/Backwash Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-9 100%/Submittal 0512-239525 09/16/2020 d) Low flow rate backwash e) High flow rate backwash f) Backwash(extended wash) g) Return to service 5. At the HMI,the operator shall have the capability to monitor and enter all set points for the automatic backwash sequence associated with each filter. These set points reside in the corresponding filter PLC. The set points are listed in the table below: Set point Name Units Filter Draw Down Time S Filter Draw Down Level FT Start Air Scour Delay Time S Air Scour Duration S Air Scour Flow Rate SCFM Backwash Inlet Valve Open Delay Time S Backwash Inlet Valve Low Flow Position % Extend Air Scour Time S Backwash Low Flow Rate Ramp Time S Backwash Low Flow Rate MGD Air Scour Stop Level FT Backwash High Flow Rate Ramp Time S Backwash High Flow Rate MGD Backwash Low Flow Time S Backwash High Flow Time S Extend Backwash High Flow S Filter Rest Time following Backwash S Filter return to In Service Level FT Effluent valve Ramp Time S 6. No automated queuing of filters is provided. The operator will be notified which filter(s)need(s) to be backwashed by alarm on the alarm summary, and by annotation on the filter graphic. The order in which the filters are backwashed is determined by the operator. 7. No automated start of the automatic backwash sequence is provided. The interval between backwashes is solely at the discretion of the operator. Filter Backwash Permissives 1. There is no other filter backwash in progress. 2. Filter is "In Service"or"Out of Service", and not in an alarm condition. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196- 10 100%/Submittal 0512-239525 09/16/2020 2. There is sufficient volume in the Washwater Recovery Basin to receive the waste backwash water. 3. At least two backwash pumps are ready. 4. Break Tank Level is not low. 5. One or both air scour blowers are ready. Manual Backwash—Manual operation of the backwash sequence, (i.e. manual control of filter valves, air scour blower, and backwash pumps) can be performed from each OIT/HMI. The following description details the operator interface when a manual backwash is being performed: ■ The settled water inlet valve,backwash inlet valve, air scour inlet valve,waste backwash outlet valve, master backwash control valve, flow control outlet valve, air scour blowers, and backwash pumps must all have their Local/Remote switches in the Remote position. ■ The operator will select the"manual backwash" software switch at the OIT/HMI and manipulate the valves,blowers and pumps by using the controls provided on the OIT/HMI (e.g. Start, Stop, Open, Close). It shall be the operator's responsibility to follow the same sequence of operation as the automatic backwash sequence. Automatic Backwash -The following description details the automated filter backwash sequence to be implemented: ■ The operator will be able to start an automatic backwash by selecting the "automatic backwash" software switch on the OIT/HMI filter graphic. During a filter backwash,all other filters"Manual Backwash" and"Automatic Backwash" software switches will be locked out. The default condition for a filter after an automatic backwash is"out of service". Automatic Backwash Sequence: 1. The settled water inlet valve is requested to close. After the settled water inlet valve is confirmed closed, the filter ch•aw down timer is initiated. 2. When the filter draw down timer expires or the water level in the filter falls below the filter draw down level set point,whichever occurs first, the Effluent Flow Controller will be requested to shed mode(go to manual mode) and the flow control outlet valve requested to close. 3. When the flow control outlet valve is confirmed closed, the waste backwash outlet valve is requested to open. 4. When the waste backwash outlet valve is confirmed opened, the air scorn inlet valve is requested to open. 5. When the air scour inlet valve is confirmed open, start air scour blower. One air scour blower shall be duty and the other shall be standby. Start the duty air scour blower and operate for duration time entered at HMI/OIT. If the duty air blower is not ready, start the standby air blower. When the air blower is confirmed running, alternate between air blowers in the next backwash. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-I 1 100%/Submittal 0512-239525 09/16/2020 6. When the air scour inlet valve is confirmed opened,the"air scour inlet valve open" and"backwash inlet valve open"delay timers are initiated. 7. When the"backwash inlet valve open" delay timer expires, the backwash inlet valve is requested to open. 8. When the backwash inlet valve is confirmed opened,request lead backwash pump to start. The three backwash pumps shall operate in a lead-lag-standby configuration. Start the lead backwash pump and operate for duration time entered at HMI/OIT. If the lead backwash pump is not ready, start the standby backwash pump. 9. When the lead backwash pump is confirmed running and adequate line pressure is achieved,ramp open master backwash valve to achieve and maintain"low flow rate" set point. When"low flow rate" set point is achieved, a"low flow rate"backwash timer is initiated. 10. The filter water level will begin to rise as the filter is cleaned with water and air concurrently at the "low flow rate". The air scour continues concurrently with the backwash"low flow rate"until either the air scour timer expires or the air scour stop level set point is exceeded, whichever comes first. When one of these events occurs, the running blower is requested to stop. 11. When the running blower is confirmed stopped, the air scour inlet valve is requested to close, and the blower Duty/Standby assignments are rotated. 12. When the backwash"low flow rate" timer expires, request lag backwash pump to start. Start the lag backwash pump and operate for duration time entered at HMI/OIT. If the lag backwash pump is not ready, start the standby backwash pump. 13. When the lag backwash pump is confirmed running and adequate line pressure is achieved,ramp open master backwash control valve to achieve and maintain the backwash"high flow rate" set point as the backwash continues. 14. When the backwash"high flow rate" is confirmed to have reached its set point, the backwash "high flow rate"timer is initiated. 15. The"high flow rate"backwash continues until the backwash"high flow rate"timer expires. During the"high flow rate"operation, the backwash may be extended. The operator shall select "backwash extend" at the HMI/OIT. The"high flow rate"backwash time will be extended by the time duration entered for"backwash extend". 16. When the backwash"high flow rate" timer expires, the lag backwash pump is requested to stop. 17. When the lag backwash pump is confirmed stopped, the master backwash control valve is modulated to achieve and maintain a"extended low flow rate"set point. 18. The waste backwash outlet valve is requested to close at the end of"high flow rate"backwash sequence. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196- 12 100%/Submittal 0512-239525 09/16/2020 19. The"extended low flow rate"backwash continues until the filter level rises to the"return to service" level set point. At this point the backwash inlet valve is requested to close while the master backwash control valve is held in its current position. 20. When the backwash inlet valve is confirmed closed,the lead backwash pump is requested to stop. 21. When the lead backwash pump is confirmed to have stopped, the master backwash control valve is requested to close. 22. When the master backwash control valve is confirmed to have closed, the settled water inlet valve is requested to open. 23. When settled water inlet valve is confirmed to have opened, start the filter rest duration timer. 24. If"start backwash and go to out of service"was selected at the start of backwash,the sequence is complete at this point. The filter rest duration time shall continue and if a filter is subsequently placed in service,the filter rest duration time must expire before the filter will be placed in service. If"start backwash and go to in service"was selected at the start of the backwash,the sequence continues. 25. When the filter rest duration time expires, ramp open the flow control outlet valve to the flow set point for the return to service duration time. Note that this ramp must be slow enough to minimize the turbidity spike that occur after a backwashed filter is placed into service. 26. Filter is in service. Automatic Backwash Sequence Fail: ■ If the settled water inlet valve, backwash inlet valve, air scour inlet valve,waste backwash outlet valve, master backwash control valve,flow control outlet valve, air scour blower, or backwash pump fails during a backwash, a backwash sequence fail alarm is generated, alarmed, and displayed at the HMI. The filter will then be placed"out of service". ■ If a backwash sequence fail alarm condition occurs,the operator will investigate the cause of a failure. The operator can execute the backwash manually,place the filter"in service", or place the filter"out of service". ■ Other filters may now be backwashed. The detailed control loop narratives for the filtration process are found in the subsequent sections. The filtration process is composed of the following loops: Loop Number Description 16000 Settled Water Channel Level 16010 Settled Water Turbidity,pH, and Temperature Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196- 13 100%/Submittal 0512-239525 09/16/2020 16015 Combined Water Turbidity 16020-01 through-04 Filter Level 16030-01 through-04 Filter Loss of Head 16040-01 through-04 Filter Effluent Turbidity 16050-01 through-04 Settled Water Inlet Valve 16060-01 through-04 Waste Backwash Outlet Valve 16070-01 through-04 Filter Effluent Flow 16070-01 through-04 Flow Control Outlet Valve and 16080-01 through-04 Backwash Inlet Valve 16090-01 through-04 Air Scour Inlet Valve and Filter Flume Vent Valve 16200 Break Tank Level 16210 Break Tank Low Level Lockout and Reset 16300-01 and-02 Filter Air Scour Blowers 16350 Filter Air Scour Flow and Temperature 16400-01 thru-03 Backwash Pumps 16450 Backwash Water Flow 16450 Master Backwash Control Valve 3.1 Settled Water Level PLC: RIO-FLT-E PM&ID: M-6 LOOP(S): 16000 3.1.1 Overview An ultrasonic level transmitter is provided to measure the settled water level. A Master Level Controller shall be programmed in the PLC to maintain the settled water level set point. The settled water level shall be indicated, historically collected, and trended at the HMI. 3.1.2 Computer Manual Control Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196- 14 100%/Submittal 0512-239525 09/16/2020 Auto and Manual pushbuttons shall be provided at the HMI for the Master Level Controller. In Manual mode,the Master Level Controller shall be deactivated and assume a tracking state. The operator shall be able to enter a controller manipulated variable of 0-100%from the HMI. 3.1.3 Computer Automatic Control When the operator places the Master Level Controller in the automatic mode,the Master Level Controller will modulate the filter flow set points to achieve the Settled Water Level set point. The Settled Water Level set point is settable by the operator at the HMI/OIT. 3.1.4 Permissives There are no permissives associated with the settled water level. 3.1.5 Interlocks There are no field interlocks associated with the settled water level. 3.1.6 Field Alarms Refer to General section and I/O list. 3.1.7 Calculated Alarms ■ Out-of-Range Alarm ■ Loss-of-Signal Alarm ■ High-High Alarm ■ High Alarm ■ Low Alarm ■ Low-Low Alarm 3.1.8 Calculated Variables There are no computer calculated variables associated with the settled water level. 3.2 Settled Water Turbidity, pH, and Temperature PLC: RIO-FLT-E PM&ID: M-6 LOOP(S): 16010 3.2.1 Overview The settled water channel turbidity,pH, and temperature shall be indicated,historically collected, and trended at the HMI. 3.2.2 Local Manual Control No Local Manual control is provided. 3.2.3 Local Automatic Control Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196- 15 100%/Submittal 0512-239525 09/16/2020 No Local Automatic control is provided. 3.2.4 Computer Manual Control No Computer Manual control is provided. 3.2.5 Computer Automatic Control No Computer Automatic control is provided. 3.2.6 Permissives There are no permissives associated with the settled water turbidity, pH, and temperature. 3.2.7 Interlocks There are no field interlocks associated with the settled water turbidity, pH, and temperature. 3.2.8 Field Alarms Refer to General section and I/O list. 3.2.9 Calculated Alarms The following computer calculated alarms associated with the settled water turbidity,pH, and temperature are provided: ■ Turbidity High-High ■ Turbidity High ■ pH High ■ pH Low ■ Temperature High ■ Temperature Low ■ Turbidity Transmitter Loss-of-Signal ■ Turbidity Transmitter Out-of-Range ■ pH/Temp Transmitter Loss-of-Signal s pH/Temp Transmitter Out-of-Range 3.2.10 Calculated Variables There are no computer calculated variables associated with the settled water turbidity. 3.3 Combined Water Turbidity PLC.- RIO-FLT-E PM&ID: M-6 LOOP(S): 16015 3.3.1 Overview Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196- 16 100%/Submittal 0512-239525 09/16/2020 The combined water turbidity shall be indicated,historically collected, and trended at the HMI. 3.3.2 Local Manual Control No Local Manual control is provided. 3.3.3 Local Automatic Control No Local Automatic control is provided. 3.3.4 Computer Manual Control No Computer Manual control is provided. 3.3.5 Computer Automatic Control No Computer Automatic control is provided. 3.3.6 Permissives There are no permissives associated with the combined water turbidity. 3.3.7 Interlocks There are no field interlocks associated with the combined water turbidity. 3.3.8 Field Alarms Refer to General section and I/O list. 3.3.9 Calculated Alarms The following computer calculated alarms associated with the combined water turbidity are provided: ■ Turbidity High-High ■ Turbidity High ■ Loss-of-Signal ■ Out-of-Range 3.3.10 Calculated Variables There are no computer calculated variables associated with the combined water turbidity. 3.4 Filter Level PLC: RIO-FLT-*, where * = A through B PM&ID: M-6 LOOP(S): 16020-01 through. -04 3.4.1 Overview Each filter has an associated ultrasonic level transmitter to measure water level in the filter. The level shall be indicated,historically collected, and trended at the HMI. The filter level is utilized in the Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196- 17 100%/Submittal 0512-239525 09/16/2020 backwash sequence for drawdown, air scour, and final filling of the filter. A low level switch is provided with the level transmitter. 3.4.2 Local Manual Control No Local Manual control is provided. 3.4.3 Local Automatic Control No Local Automatic control is provided. 3.4.4 Computer Manual Control No Computer Manual control is provided. 3.4.5 Computer Automatic Control No Computer Automatic control is provided. 3.4.6 Permissives The low level alarm shall be interlocked with the backwash sequence logic to inhibit false and nuisance alarms. 3.4.7 Interlocks The Low Level switch is hardwired to the Effluent Flow Controller so that the Effluent Valve will be closed when the Low Level switch is energized. 3.4.8 Field Alarms Refer to General section and I/O list. 3.4.9 Calculated Alarms The following computer calculated alarms associated with the filter level are provided: ■ Filter Level High-High ■ Filter Level High ■ Filter Level Low ■ Filter Level Low-Low ■ Loss-of-signal Alarm ■ Out-of-range Alarm 3.4.10 Calculated Variables There are no computer calculated variables associated with the filter level. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196- 18 100%/Submittal 0512-239525 09/16/2020 3.5 Filter Media Loss of Head PLC: RIO-FLT-*, where * = A through B PM&ID: M-6 LOOP(S): 16030-01 through -04 3.5.1 Overview Each filter has an associated filter media head loss transmitter. The head loss shall be indicated, historically collected, and trended at the HMI. 3.5.2 Local Manual Control No Local Manual control is provided. 3.5.3 Local Automatic Control No Local Automatic control is provided. 3.5.4 Computer Manual Control No Computer Manual control is provided. 3.5.5 Computer Automatic Control No Computer Automatic control is provided. 3.5.6 Permissives There are no permissives associated with the filter media head loss. 3.5.7 Interlocks There are no field interlocks associated with the filter media head loss. 3.5.8 Field Alarms Refer to General section and 1/O list. 3.5.9 Calculated Alarms The following computer calculated alarms associated with the filter media head loss are provided: ■ Filter Media Head Loss High-High ■ Filter Media Head Loss High ■ Loss-of-Signal Alarm ■ Out-of-Range Alarm 3.5.10 Calculated Variables There are no computer calculated variables associated with the filter media head loss. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196- 19 100%/Submittal 0512-239525 09/16/2020 3.6 Filter Effluent Turbidity PLC: RIO-FLT-*, where * = A through B PM&ID: M-6 LOOP(S): 16040-01 through -04 3.6.1 Overview Each filter has a turbidity analyzing transmitter monitoring the effluent flow. The turbidity shall be indicated, historically recorded, and trended at the HMI. 3.6.2 Local Manual Control No Local Manual control is provided. 3.6.3 Local Automatic Control No Local Automatic control is provided. 3.6.4 Computer Manual Control No Computer Manual control is provided. 3.63 Computer Automatic Control No Computer Automatic control is provided. 3.6.6 Permissives There are no permissives associated with the filter influent flume inlet valve. 3.6.7 Interlocks There are no field interlocks associated with the filter effluent turbidity. 3.6.8 Field Alarms Refer to General section and 1/0 list. 3.6.9 Calculated Alarms The following computer calculated alarms associated with the filter effluent turbidity are provided: ■ Turbidity High-High ■ Turbidity High ■ Loss-of-Signal Alarm ■ Out-of-Range Alarm 3.6.10 Calculated Variables There are no computer calculated variables associated with the filter effluent turbidity. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-20 100%/Submittal 0512-239525 09/16/2020 3.7 Settled Water Inlet Valve PLC: RIO-FLT-*, where * = A through.B PM&ID: M-6 LOOP(S): 16050-01 through -04 3.7.1 Overview Please see detailed description in section 4 above. 3.7.2 Local Manual Control The local control station located at the valve shall be provided with the equipment and devices as shown. From the local control station an operator shall place the valve in local or remote mode. When the valve is in local mode, an operator shall be able to open/close the valve from the local control station. When the valve is in remote mode, an operator shall be able to control the valve under computer control. 3.7.3 Computer Manual Control A computer Auto/Manual switch shall be provided at the HMI. When the associated Local/Remote switch in the field is in the REMOTE position and the valve is under Computer Manual Control, an operator shall be able to manually open/close the valve from the appropriate process graphic at the HMI. 3.7.4 Computer Automatic Control When the associated Local/Remote switch in the field is in the REMOTE position and the valve is under Computer Automatic Control, it is available for Automatic Backwash control as described in the Automatic Backwash Sequence. The valve cannot be manually controlled by the operator. Please see the general discussion of filter operation for details about the Automatic Backwash Sequence. 3.7.5 Permissives The valve shall be software interlocked such that if the waste backwash outlet valve is open,the settled water inlet valve cannot be opened. 3.7.6 Interlocks There are no field interlocks associated with the settled water inlet valve. 3.7.7 Field Alarms Refer to General section and 1/O list. 3.7.8 Calculated Alarms The following computer calculated alarms associated with the settled water inlet valve are provided: ■ Discrepancy Alarm ■ Equipment Failure Alarm 3.7.9 Calculated Variables There are no computer calculated variables associated with the settled water inlet valve. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-21 100%/Submittal 0512-239525 09/16/2020 3.8 Waste Backwash Outlet Valve PLC.• RIO-FLT-*, where * = A through B PM&ID: M-6 LOOP(S): 16060-01 through -04 3.8.1 Overview Please see detailed description in section 4 above. 3.8.2 Local Manual Control The local control station located at the valve shall be provided with the equipment and devices as shown. From the local control station an operator shall place the valve in local or remote mode. When the valve is in local mode, an operator shall be able to open/close the valve from the local control station. When the valve is in remote mode, an operator shall be able to control the valve under computer control. 3.8.3 Computer Manual Control A computer Auto/Manual switch shall be provided at the HMI. When the associated Local/Remote switch in the field is in the REMOTE position and the valve is under Computer Manual Control, an operator shall be able to manually open/close the valve from the appropriate process graphic at the HMI. 3.8.4 Computer Automatic Control When the associated Local/Remote switch in the field is in the REMOTE position and the valve is under Computer Automatic Control, it is available for Automatic Backwash control as described in the Automatic Backwash Sequence. The valve cannot be manually controlled by the operator. Please see the general discussion of filter operation for details about the Automatic Backwash Sequence. 3.8.5 Permissives The valve shall be software interlocked such that if the settled water inlet valve or flow control outlet valve is open, the waste backwash outlet valve cannot be opened. 3.8.6 Interlocks There are no field interlocks associated with the waste backwash outlet valve. 3.8.7 field Alarms Refer to General section and 1/O list. 3.8.8 Calculated Alarms The following computer calculated alarms associated with the waste backwash outlet valve are provided: ■ Discrepancy Alarm ■ Equipment Failure Alarm 3.8.9 Calculated Variables There are no computer calculated variables associated with the waste backwash outlet valve. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-22 100%/Submittal 0512-239525 09/16/2020 3.9 Filter Effluent Flow PLC: RIO-FLT-*, where * = A through B PM&ID: M-6 LOOP(S): 16070-01 through -04 3.9.1 Overview Each filter is equipped with a Magnetic Flowmeter to measure effluent flow. Filter Effluent flow shall be indicated,historically collected, and trended at the HMI. 3.9.2 Permissives There are no Permissives associated with the filter effluent flow. 3.9.3 Interlocks There are no field interlocks associated with the filter effluent flow. 3.9.4 Field Alarms Refer to General section and I/O list. 3.9.5 Calculated Alarms The following computer calculated alarms associated with the filter effluent flow are provided: ■ Loss-of-Signal Alarm ■ Out-of-Range Alarm 3.9.6 Calculated Variables ■ Calculate the filter GPM/Square Foot flow rate based on the Effluent flow rate. The filter GPM/SQ calculation shall be indicated on the HMI filter graphic. ■ Totalized Filter Flow 3.10 Flow Control Outlet Valve PLC: RIO-FLT-*, where * =A through B PM&ID: M-6 LOOP(S): 16070-01 through-04 3.10.1 Overview Each filter is equipped with a butterfly valve and modulating actuator used to control filter effluent flow rate. An Effluent Flow Controller for filter effluent rate-of-flow control shall be programmed in the PLC. 3.10.2 Local Manual Control The local control station located at the valve shall be provided with the equipment and devices as shown. From the local control station an operator shall place the valve in local or remote mode. When the valve is in local mode, the Effluent Flow Controller shall be deactivated and assume a tracking state. An Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-23 100%/Submittal 0512-239525 09/16/2020 operator shall be able to position the valve from the local control station. When the valve is in remote mode, an operator shall be able to control the valve under computer control. 3.10.3 Computer Manual Control A computer Auto/Manual switch shall be provided at the HMI. When the associated Local/Remote switch in the field is in the REMOTE position and the valve is under Computer Manual Control, the Effluent Flow Controller shall be deactivated and assume a tracking state. An operator shall be able to manually position the valve from the appropriate process graphic at the HMI. 3.10.4 Computer Automatic Control When the associated Local/Remote switch in the field is in the REMOTE position and the valve is in Computer Automatic mode,the valve is available for automatic control. The Effluent Flow controller shall have two modes of automatic operation: Flow mode and Level mode. A selector switch shall be provided at the HMI for selection between Flow mode and Level mode. When the operator places the Effluent Flow Controller in Flow mode, the Effluent Flow Controller will modulate the Flow Control Outlet Valve to achieve the flow set point. The flow set point shall be entered by an operator at the HMI/OIT. When the operator places the Effluent Flow Controller in Level Mode, the Effluent Flow Controller flow set point will be adjusted by the output of the remote set point which is from the Master Level Controller. The Effluent Flow Controller will modulate the Flow Control Outlet Valve to achieve the remote flow set point. When the valve is under Computer Automatic Control, it is available for Automatic Backwash control as described in the Automatic Backwash Sequence. The valve cannot be manually controlled by the operator. Please see the general discussion of filter operation for details about the Automatic Backwash Sequence. 3.10.5 Permissives The flow shall be forced to a zero value when the Filter Effluent Valve is closed. 3.10.6 Interlocks There are no field interlocks associated with the flow control outlet valve. 3.10.7 Field Alarms Refer to General section and I/O list. 3.10.8 Calculated Alarms The following computer calculated alarms associated with the flow control outlet valve are provided: ■ Discrepancy Alarm ■ Equipment Failure Alarm 3.10.9 Calculated Variables The following calculated variables associated with the flow control outlet valve are provided: Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-24 100%/Submittal 0512-239525 09/16/2020 3.11 Backwash Inlet Valve PLC: RIO-FLT-*, where * = A through B PM&ID: M-6 LOOP(S): 16080-01 through -04 3.1 Ll Overview Please see detailed description in section 4 above. 3.11.2 Local Manual Control The local control station located at the valve shall be provided with the equipment and devices as shown. From the local control station an operator shall place the valve in local or remote mode. When the valve is in local mode,an operator shall be able to open/close the valve from the local control station. When the valve is in remote mode, an operator shall be able to control the valve under computer control. 3.11.3 Computer Manual Control A computer Auto/Manual switch shall be provided at the HMI. When the associated Local/Remote switch in the field is in the REMOTE position and the valve is under Computer Manual Control, an operator shall be able to manually open/close the valve from the appropriate process graphic at the HMI. 3.11.4 Computer Automatic Control When the associated Local/Remote switch in the field is in the REMOTE position and the valve is under Computer Automatic Control, it is available for Automatic Backwash control as described in the Automatic Backwash Sequence. The valve cannot be manually controlled by the operator. Please see the general discussion of filter operation for details about the Automatic Backwash Sequence. 3.11.5 Permissives There are no permissives associated with the backwash inlet valve. 3.11.6 Interlocks There are no field interlocks associated with the backwash inlet valve. 3.11.7 Field Alarms Refer to General section and I/O list. 3.11.8 Calculated Alarms The following computer calculated alarms associated with the backwash inlet valve are provided: ■ Discrepancy Alarm ■ Equipment Failure Alarm 3.11.9 Calculated Variables There are no computer calculated variables associated with the backwash valve. Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-25 100%/Submittal 0512-239525 09/16/2020 3.12 Air Scour Inlet Valve and Air Scour Blowoff Valve PLC: RIO-FLT-*, where * = A through B PM&ID: M-6 LOOP(S): 16090-01 through -04 3.12.1 Overview Each filter has a dedicated Air Scour Valve,which is normally closed. The air scour inlet valve opens during a backwash to allow air from the air scour header into the filter. Each air scour inlet valve has an associated Air Scour Blowoff valve that is normally open and then closes when the air scour valve opens. 3.12.2 Local Manual Control The local control station located at each valve shall be provided with the equipment and devices as shown. From the local control station an operator shall place the valve in local or remote mode. When the valve is in local mode, an operator shall be able to open/close the valve from the local control station. 3.12.3 Computer Manual Control When the Local/Remote switch at the Air scour inlet valve is in REMOTE position,plus the H/O/A switch at the Air Scour Blowoff valve control panel is in AUTO position,the Air Scour Valve shall become available for Computer Manual Control. With the Auto/Manual software switch at the HMI in MANUAL position, an operator shall be able to manually open/close the air scour inlet valve from the appropriate process graphic. 3.12.4 Computer Automatic Control When the Local/Remote switch at the Air scour inlet valve is in REMOTE position, plus the H/O/A switch at the Air Scour Blowoff valve control panel is in AUTO position, the Air Scour Valve shall become available for Computer Automatic Control. With the Auto/Manual software switch at the HMI in AUTO position,the air scour inlet valve is available for Automatic Backwash control as described in the Automatic Backwash Sequence. The valve cannot be manually controlled by the operator. Please see the general discussion of filter operation for details about the Automatic Backwash Sequence. 3.12.5 Permissives There are no permissives associated with the air scour inlet valve. 3.12.6 Interlocks There are no field interlocks associated with the air scour inlet valve. 3.12.7 Field Alarms Refer to General section and I/O list. 3.12.8 Calculated Alarms The following computer calculated alarms associated with the air scour inlet valve and air scour blowoff valve are provided: ■ Discrepancy Alarm Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-26 100%/Submittal 0512-239525 09/16/2020 ■ Equipment Failure Alarm 3.12.9 Calculated Variables There are no computer calculated variables associated with the air scour inlet valve. END OF SECTION 406196 Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-27 100%/Submittal 0512-239525 09/16/2020 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Process Control Descriptions City of Fort Worth 406196-28 100%/Submittal 0512-239525 09/16/2020 SECTION 406343 —PROGRAMMABLE LOGIC CONTROLLERS PARTI -GENERAL 1.01 SCOPE OF WORK A. Equipment, materials, and services in accordance with the general requirements defined in Section 40 61 00. B. Furnish all labor, materials, equipment, services, and incidentals required to install a new and complete remote controller (RIO-FLT-C) for Filter No.5, ready for operation, and tested as shown on the Drawings and as specified. C. The existing Membrane Filtration System Supplier (MFSS) Redundancy Controller is outdated, and the Redundancy portion is not functional. As part of the MFSS work, the Redundancy controllers shall be replaced and upgraded as required to bring the MFSS Control System up to date with the latest version. D. The Process and Control System Supplier (PCSS) and Application Engineering Services (AES) shall provide equipment,materials, software calibrations,training, and services that are required to successfully interface and interconnect Filter No.5 and associated equipment that are specified or designated in drawings or provisions of these specifications for the purpose of providing a fully integrated and functional Filter No.5 system as specified. E. The PCSS shall furnish and install cabling and cable accessories, including tools necessary for connecting RIOs, data highway, and input/output(I/O) devices. F. The PCSS and AES shall furnish startup, training, and system check-out services. G. Omission of a specific electrical or electronic item obviously necessary for the proper functioning of the equipment, shall not relieve the PCSS of the responsibility of furnishing and installing the item at no additional cost to the Owner. H. The Drawings and related Specification sections supplement this Section and provide additional details showing panel elevations, instrument device schedules, functional requirements of the system, and interaction with other equipment. I. The PCSS shall coordinate and schedule all testing procedures with the AES and General Contractor. J. Each PLC shall be backed up after completion of the 30-Day Test. These backups shall be turned over to the Owner. K. All software packages provided shall be licensed under the Owner's name and address. The PCSS and AES shall coordinate with the Owner for correct name and address. Westside WTP Plate Settler Expansion Project Programmable Logic Controllers City of Fort Worth 406343- 1 100%/Submittal 0512-239525 09/16/2020 1.02 RELATED WORK A. Refer to Section 40 61 00. 1.03 SUBMITTALS A. Refer to Section 40 6100. 1.04 DELIVERY, STORAGE AND HANDLING A. Refer to Section 40 6100. 1.05 MAINTENANCE A. Spare Parts 1. Spare parts equal to at least 10 percent of field replaceable System components,provided under this contract, shall be supplied. As a minimum,the following shall be provided: a. One spare MLSS PLC processor, hot standby. The quantities provided under this requirement can be counted as part of the 10 % of field replaceable system components. b. One spare PLC processor, not-hot standby. The quantities provided under this requirement may be counted as part of the 10 percent of field replaceable system components. C. One spare rack of remote I/O, power supply, and one module of each type of I/O used with the remote 1/0 (Al, AO, DI, DO). The quantities provided under this requirement can be counted as part of the 10 percent of field replaceable system components. d. One spare power supply of each type as provided. e. Ten percent (minimum of two) of each type of miscellaneous components, switches, lights, and cable connectors as provided with the System. 2. Spare parts equal to at least one set of manufacturer's recommended spares shall be supplied. 3. All spare parts shall be packaged so as to prevent damage during long storage. All packages shall be legibly and properly identified with indelible markings on the exterior as to contents. 4. Complete ordering information including manufacturer, part number, part name, and equipment for which the part is to be used shall be provided. 1.06 SYSTEM FINAL DOCUMENTATION A. Refer to Section 40 61 00. Westside WTP Plate Settler Expansion Project Programmable Logic Controllers City of Fort Worth 406343-2 100%/Submittal 0512-239525 09/16/2020 PART 2-PRODUCTS 2.01 GENERAL A. Equipment shall be designed to operate on a 60 Hz alternating current power source at a nominal 120 volts, plus or minus 10 percent, except where specifically noted. Regulators and power supplies required for compliance with the above shall be provided. Where equipment requires voltage regulation, constant voltage transformers shall be supplied. B. Materials and equipment used shall be UL approved wherever such approved equipment and materials are available. C. The System shall be designed and constructed to withstand the demands of real time process management and control. D. All equipment, cabinets and devices furnished hereunder shall be heavy-duty type, designed for continuous industrial service. The system shall contain products of a single manufacturer, insofar as possible, and shall consist of equipment models that are currently in production. All equipment provided shall be of modular construction and shall be capable of field expansion through the installation of plug-in circuit cards or additional cabinets. E. All equipment furnished shall be designed and constructed so that in the event of power interruption, or temperatures outside the operational range, the systems specified hereunder shall go through an orderly shutdown with no loss of memory, and resume normal operation without manually resetting when power is restored. F. All PLCs on the data highway shall be transparently accessible from all workstations attached to the data highway by direct connection,bridge network or modem. G. All software licenses required to achieve the functionality described in the Specifications shall be provided. 2.02 PROGRAMMABLE LOGIC CONTROLLER(PLC) A. General 1. The Membrane Filtration System Supplier (MFSS) PLC shall replace the existing Redundant PLC controllers, consisting of a central processor unit, memory, and interconnecting cables, communication lines and other optional items necessary to bring the MFSS Redundancy to be fully tested and functional. Major hardware components of the PLC portion of the control system shall include: a. Central Processing Unit(CPU) b. Redundancy and Hot Back-Up Equipment 2. Communications with the SCADA servers shall utilize the Ethernet 802.3 compliant data highway as shown in the Drawings. The PLC shall reside directly on the Ethernet data highway and communications shall be via a PLC chassis mounted Ethernet communications module as manufactured by the PLC manufacturer. Ancillary or third- Westside WTP Plate Settler Expansion Project Programmable Logic Controllers City of Fort Worth 406343-3 100%/Submittal 0512-239525 09/16/2020 party Ethernet equipment required to connect the PLC to the Ethernet data highway shall not be acceptable. 3. All components of the PLC system shall be of normally recognized industry standards and regularly sold for industrial installations. The PLC manufacturer shall assemble all components into structurally sound housings. All connecting cables, switches, and other operator-controlled devices shall be constructed so as to withstand, without damage, all normal use and handling. 4. The PLC system shall be of modular design with a plug-in processing unit, input/output cards, or assemblies. All components shall be marketed and supported by the one manufacturer. All necessary cables shall be included. 5. The new Filter No.5 RIO, including specified field mounted devices, shall be powered from the UPS power conditioning system specified herein. 6. The PLC shall be a digital solid-state logic system capable of performing the same functions as conventional relays, timers, counters, and math functions. The PLC shall consist of a central processor unit, memory, input/output cards and racks, power suppliers, interconnecting cables, communication lines and other optional items as necessary to meet the functional requirements. 7. The supplier shall provide operating instruction manuals with adequate information pertaining to the following: a. System specifications b. Electrical power requirements C. Application considerations d. Assembly and installation procedures C. Power up procedures f. Troubleshooting procedures g. Programming procedures h. Explanation of internal fault diagnostics i. Shut down procedures j. Recommended spare parts list 8. PLC's shall be as manufactured by Allen-Bradley and be of the ControlLogix Series. No others shall be acceptable. B. Central Processing Unit(CPU) 1. General a. PLC's shall be provided by the PCSS, the Ozone System Supplier, the Blower System Supplier, and the Membrane System Supplier. The PCSS shall provide the PLC's and Remote I/O listed in the table unless indicated to be provided by a vendor. PLC or RIO Location CPU RIO-FLT-C Administration Building, Electrical Room N/A PLC-MEM-AB with Local I/O Administration Building,Electrical Room Redundant Membrane System Supplier Westside WTP Plate Settler Expansion Project Programmable Logic Controllers City of Fort Worth 406343-4 100%/Submittal 0512-239525 09/16/2020 b. The CPU shall be at a minimum a 16-bit microprocessor that provides system timing and is responsible for scheduling I/O updates, with no user programming required to ensure discrete or analog update. It shall execute user programs, communication with intelligent 1/0 modules, and perform on-line diagnostics. The CPU shall consist of a single module which solves application logic, stores the application program, stores numerical values related to the application processes and logic,and interfaces to the 1/0. C. The CPU shall sample all the discrete and analog inputs and outputs including internal coils and registers and service special function modules every scan. The CPU shall process the 1/0 user programs (s) stored in memory, then control the outputs based on the results of the logic operation. The CPU shall execute the user program by rapidly scanning the program stored in user memory. Both logic and data word functions are executed in the order they appear in the user program. As each run of logic is solved, the results shall be available to any of the following rungs. The CPU shall have an instruction to allow a decrease in scan time by skipping over parts of the program. The CPU shall allow the PLC program to be broken into subroutines that execute only when called. The PLC shall allow analog and discrete point to be update immediately within the scan as the discrete or analog value is called in the ladder logic program. 2. Capacity a. The CPU 1/0 capacity shall be up to 20481/0 points,half of which may be analog. b. The processing of a typical logic program consisting of a mix of analog and digital commands shall not exceed 2 milliseconds for 1024 instructions. 1/0 devices located in the same backplane as the CPU should be scanned in less than 0.5 milliseconds. 3. Diagnostics a. The CPU shall perform on-line diagnostics that monitor the internal operation of the PLC. If a failure is detected, the CPU shall initiate system shutdown and fail- over. The following at a minimum shall be monitored: b. Diagnostic information shall be accessible at the programming terminal. A diagnostic screen shall provide information that identifies the nature of the fault, the absolute memory or 1/0 address of the fault, and the date and time of occurrence of the fault. C. Diagnostic information shall be accessible to the host communications interface. d. All diagnostic information shall be accessible to the ladder program or other executing software. e. The CPU shall have LED indicators to show status such as PLC GOOD, PROGRAM RUN, and BATTERY GOOD. If any of these fail, provide an internal PLC diagnostic alarm. The CPU within the system shall perform internal diagnostic checking and give visual indication to the user by illuminating a"green" indicator when no fault is detected and a"red"indicator when a fault is detected. 4. Programming Environment a. The CPU shall be programmed through either a serial communication port on the CPU and an Ethernet communication module. Westside WTP Plate Settler Expansion Project Programmable Logic Controllers City of Fort Worth 406343-5 100%/Submittal 0512-239525 09/16/2020 b. The programming device shall have access to the application program, the system configuration, all registers, I/O, system fault status, 1/0 override, and system diagnostics. C. Application programs may be loaded or stored while the CPU is running with minimal impact on the scan time. d. If part of the application program is intentionally, the remaining program shall automatically reposition to fill this void. Insertion of additional application programming will cause the original program to automatically reposition to accommodate the expanded program. e. The CPU shall support IEC 61131-3 programming languages. Function Block diagram is the preferred programming language. To provide consistency amount programmers (Ozone System Supplier (OSS), Membrane Filtration System Supplier (MFSS) and Blower vendor), the AES will provide a library of function blocks or derived function blocks that will be utilized for re-occurring functions, such as valve control, pump control, etc.. All hardware and software necessary to program the CPU in a mode other than standard ladder shall be supplied as standard ladder programming will not be acceptable. 5. Memory a. The CPU memory shall have the capability of retaining all memory for a minimum of three months under load and shall require no external or special vents. b. The PCSS shall provide maximum program memory that each PLC can be configured with. 6. Redundancy and Hot Back-Up Equipment a. Supply the PLC with all hardware and software required to produce a completely operational redundant system as shown in the Drawings. During normal operations, 1/0 status is updated in both CPU's every scan, but only the on-line CPU writes outputs. Critical data shall be continuously passed from the on-line unit to the back-up unit over an independent, dedicated high-performance data highway. All remote I/O shall maintain their last position until either communications is re-established, or the remote 1/0 watchdog timer expires. b. Switch over between the on-line PLC and the back-up PLC shall occur within 50 milliseconds if any of the following conditions occur in the on-line unit: I) Power failure 2) CPU fault 3) Communications module fault 4) Change in the on-line unit's mode from RUN to PROGRAM C. System diagnostics and debugging tools shall be provided to assist in trouble shooting all redundancy equipment. d. Redundancy shall be accomplished using a minimum amount of user programming. 7. Communication Ports and Remote I/O Communications a. The CPU shall have at least three built-in communication port for programming, operator interface and remote 1/0 operations. Westside WTP Plate Settler Expansion Project Programmable Logic Controllers City of Fort Worth 406343-6 100%/Submittal 0512-239525 09/16/2020 b. The CPU shall automatically sample and update all local and remote I/O modules each scan cycle of the CPU. C. The communication link between the CPU and any Remote I/O (RIO) chassis shall be through cable recommended by the PLC manufacturer. d. Diagnostic and equipment status information shall be available from each RIO. e. It shall be possible to use fiber optic cable by using chassis mounted fiber optic modems as specified herein. f. The remote I/O system shall have a remote input/output arrangement capable of operation at locations physically separated from the PLC CPU by up to 5,000 feet and as detailed on the Drawings. g. Provide communications cable as recommended by the PLC manufacturer. 8. Input/Output Modules (1/0) a. The I/O count and type shall be as required to implement the functions specified plus an allowance for active spares as noted below. b. Each I/O drop or 1/0 location shall include 20 percent (minimum of four) active input points (both DI and AI) and 20 percent (minimum of four) active outputs points (both DO and AO) for future use. The spares shall be the same types of 1/0 modules supplied. C. Spare output points that require the use of an external relay shall be supplied with the external relay. Regardless of the spare requirement, all installed unused points on all I/O modules shall be wired to terminal blocks in the order that they occur on the I/O modules. d. Minimum isolation between input/output and logic voltage shall be 1500V RMS per NEMA standards via opto-isolation for AC I/O modules and 500 VDC for DC and Analog I/O modules. e. Each 1/0 module and each 1/0 point shall have field replaceable fuse protection and blown fuse indicators. f. 1/0 modules shall be plug-in mounted to the I/O mounting bases. 1/0 modules shall be designed to allow insertion at any point on the mounting base. g. Field wiring terminal blocks shall be pull apart type, if mounted on the 1/0 modules, or mounted on the 1/0 mounting base to allow I/O module replacement without disconnection of the field wiring. All field wiring terminal blocks shall be single height 300V minimum NEMA rated and accommodate no less than two #14-gauge wires. h. 1/0 module usage shall comply with the following table unless noted otherwise: I/O Type Module Type Analog input 4-20mA(remote power supply) Analog output 4-20mA(remote power supply) Discrete input 120 vac(individually isolated) Discrete output 24 VDC(With Interposing Latched Relay) i. The 24 VDC power for analog instrument loops shall be provided by the PCSS as a part of the system. The 24 VDC power supply shall be derived from the 120 VAC input power circuit to the PLC. The field side of the 24 VDC power sources(s) shall have individual or grouped (of logically associated circuits) fusing and provided with a readily visible, labeled blown fuse indicator. j. 120 VAC power for discrete outputs shall be provided from the associated motor starter control circuit (when used with motor starters) or other 120 VAC source (when I/O is not associated with a particular motor starter). Westside WTP Plate Settler Expansion Project Programmable Logic Controllers City of Fort Worth 406343-7 100%/Submittal 0512-239525 09/16/2020 k. Surge protection for outputs driving coils, solenoids, etc., shall be provided by the PCSS as required. 1. Where multiple mechanical components are provided for process redundancy, their field connections to I/O modules shall be arranged such that the failure of a single I/O module will not disable all mechanical components of the redundant system (i.e., inputs for Pump No. 1 on one input card, inputs for Pump No. 2 on another input card). in. I/O modules shall contain a maximum of 16 points per card. n. The 1/0 points shall be optically isolated and capable of withstanding low energy common mode transients' of 1500 volts peals. o. Discrete I/O 1) Latched Interposing Digital Output Relay type shall be Form-C type (both NO and NC contact) and shall be rated for 5.0 amps continuous. These latched type outputs shall be used on all MCC circuits or other inductive loads. The Latched Interposing Digital Output Relays shall be located within the PLC/RIO Enclosures. 2) Each discrete input shall have an LED or other visible indication of on/off status. p. Analog I/O 1) All of the analog inputs and outputs shall have at least 12-bit resolution(i.e., to one part in 4096) and relative total accuracies within .025 percent of full scale. All analog Input signals shall be HART compatible; no single ended, or common analog signals shall be allowed. 9. 1/0 Direct Current(DC)Power Supply a. Redundant 24 VDC power supplies for powering analog instruinent loops shall be sized and provided by the PCSS as a part of the system. b. The 24 VDC power supply shall be derived from the 120 VAC input power circuit to the PLC. C. Power supplies shall be capable of being wired in parallel mode without external circuitry to provide redundancy. If one power supply fails, the other power supply shall begin supplying the loads without interruption in 24V DC service d. The power supplies shall provide sufficient regulation and ripple control to assure that the instruments and devices being operated can operate within their required tolerances. Residual ripple shall not exceed 150 mV peak to peak. e. Output over voltage and over current protective devices shall be provided with the power supply to protect the instruments from damage due to power supply failure and to protect the power supply from damage due to external failure. Power supplies shall have a means of limiting DC current in case of short circuit and shall automatically reset themselves when fault is corrected. Transformers shall have primary and secondary fuse protection. f. The power supply shall be UL508C listed so it can be used at full rated output amperage with no "de-rating" g. Output over voltage and over current protective devices shall be provided. The field side of the 24 VDC power sources(s) shall have individual or grouped (of logically associated circuits) fusing and provided with a readily visible, labeled blown fuse indicator. Westside WTP Plate Settler Expansion Project Programmable Logic Controllers City of Fort Worth 406343-8 100%/Submittal 0512-239525 09/16/2020 h. Power supplies shall be fully enclosed and provide screw terminations. All wiring points and plug connections shall be "touch safe" with no live voltages that can make contact with a misplaced finger in accordance with IED 529. Housing shall be at least IP20. i. All power supplies shall have integral metal mounting feet to attach to 35mm DIN- rail conforming to DIN EN 50022. j. Wires shall be attached to the power supplies by means of a cable-clamping terminal block activated by a screw. Connections shall be gas-tight, vibration proof and fabricated of non-ferrous, non-corrosive materials. k. Wire connections for currents less that 20A shall use pluggable terminals on both input and output ends enabling easy replacement of failed units. 1. Power supplies shall have a local visible power on indicator and indication of output power"on/off'status via remote contact. in. Power supply health and voltage output levels shall be monitored by the PLC. n. The PCSS shall size all power supplies to provide adequate power for the I/O as indicated in the Drawings, plus enough reserve capacity to power all possible future I/O modules which could be mounted in the chassis. 2.03 COMMUNICATION NETWORKS A. General 1. The PCSS shall furnish and install an extension of the PLC-FLT RIO Network to provide a new RIO-FLT-C rack as shown on the system architecture block diagram. This effort shall include, but not be limited to configuring of PLC-FLT-AB to provide for a fully operational Filter control system. The PCSS shall coordinate this effort with the AES provider to ensure all PLCs are properly configured to cominunicate on the network. 2. The PCSS shall furnish all necessary cables, face plates, connectors, modems, transceivers, repeaters, modules, splice kits, etc., required for a complete and operational LAN. The system shall be designed to accommodate an increase of 100% PLC units and workstations. 3. Alarms shall be provided on each computer to alert plant personnel of communication link cable break, stalled or malfunctioning communication director and security disconnect of malfunctioning remote systems units. B. Wires and Connectors 1. Ethernet 100BASE-T Cable (Type CAT6) a. The unshielded twisted pair cable shall be designed for use with a 100 MB Ethernet 100BASE-T communications network. The twisted pair cable shall have a nominal impedance of 100 ohms at 1 MHz, a maximum attenuation of 10 dB per 1000 feet at I MHz. The twisted pair cable shall be plenum rated and shall have a minimum of four 24 AWG solid copper conductor pairs. The twisted pair cable shall be manufactured by Belden, or equal. All 100BASE-T (RJ-45) terminations on the twisted pair cable shall be completed in a professional and workmanlike manner. Terminations shall provide for proper strain relief on the cable jacket. Strain relief on the wire and/or wire insulation shall not be acceptable. b. The RIO data highway cable shall be plenum rated of the type recommended by the PLC manufacturer. All terminations shall be done in a professional and Westside WTP Plate Settler Expansion Project Programmable Logic Controllers City of Fort Worth 406343-9 100%/Submittal 0512-239525 09/16/2020 workmanlike manner. Terminations shall provide for proper stain relief on the cable jacket. Strain relief on the wire and/or wire insulation shall not be acceptable. C. Components: The system shall be designed using industry standard, readily available components. Prototype components, or custom designed components are unacceptable. PART 3 -EXECUTION 3.01 GENERAL INSTALLATION A. The PCSS shall furnish labor, materials, equipment, and incidentals required to install the System in accordance with Specification Section 40 6100 and as specified herein. B. The PCSS shall be responsible for ensuring that field wiring for power and signal circuits is correct and wired in accordance with best industry practice. Also, the PCSS shall be responsible for providing all necessary system grounding to ensure a satisfactory functioning installation. C. The shield on each process instrumentation cable shall be continuous from source to destination and be grounded as directed by the manufacturer of the instrumentation equipment, but in no case more than one ground point be employed for each shield. D. Analog, discrete, and power wiring shall be physically separated to the maximum extent possible. In no case shall any wire bundle contain signals of mixed types or mixed voltage types. END OF SECTION 406343 Westside WTP Plate Settler Expansion Project Programmable Logic Controllers City of Fort Worth 406343- 10 100%/Submittal 0512-239525 09/16/2020 SECTION 406717—INDUSTRIAL ENCLOSURES PART1 -GENERAL 1.01 SCOPE OF WORK A. Refer to Section 40 6100. B. Furnish and install control panels and panel mounted equipment as specified herein and shown on the Drawings. C. All proposed panels and panel components shall match equipment makes and models wherever possible, so that system additions can be most easily integrated with respect to operation and maintenance training, spare parts inventory, and service contracts. Even when exact matches are not possible, equipment furnished must be fully compatible with the system being provided. Color,size, and material of new panels should conform to that of the Contract Documents. D. It is the intent of this specification to have all I/O and signal conditioning within the respective panel(s). Thus, it is brought to the attention of the PCSS that the Panel sizes listed below are intended as a minimum size only and a beginning point for the PCSS to determine and design each panel. Regardless, it is the PCSS responsibility to properly size each panel for all proposed equipment. Should the PCSS submit a panel size and layout that is, in the opinion of the Owner/Engineer, insufficient in size to properly maintain the equipment or the Panduit wireways are overfilled, will be returned Not Approved. The PCSS shall be required to revise the panel size and layout and resubmit at no cost to the Owner. E. The following panels and consoles shall be furnished by the PCSS. Each panel shall be supplied with full sub-panels and side panels as required. PANEL SCHEDULE Panel Designation Panel Size(Minimum) Enclosure Rating& Type RIO-FLT-C Enclosure(Filter 5/6 )i NEMA Type 12 2-door,painted Located in Electrical Room, 84"H x 48"W x 24"D ' steel,Front Access Only Administration Building 1.02 RELATED WORK A. Refer to Section 40 6100. 1.03 SUBMITTALS A. Refer to Section 40 61 00. Westside WTP Plate Settler Expansion Project Industrial Enclosures City of Fort Worth 406717- 1 100%/Submittal 0512-239525 09/16/2020 1.04 COORDINATION MEETINGS A. Refer to Section 40 6100. 1.05 REFERENCE STANDARDS A. Refer to Section 40 6100. 1.06 QUALITY ASSURANCE A. Refer to Section 40 6100. 1.07 DELIVERY, STORAGE AND HANDLING A. Refer to Section 40 6100. B. The panels shall be mounted on wood skids four inches high prior to shipping. Adequate crating will be provided for the panel being shipped where a transfer from one truck to another is planned. C. Instruments shall be blocked and tied to prevent damage during shipment. D. Accessories, drawings, instruction bulletins, etc., shall be packed and shipped with the panel. E. Panels shall not be stored out-of-doors. Panels shall be stored in dry permanent shelters including in-line equipment and shall be adequately protected against mechanical damage. Panels stored in untreated spaces shall have condensation space heaters installed to prevent moisture condensing on or within the equipment. Provide suitable power source for space heaters as required. 1.08 NOMENCLATURE AND IDENTIFICATION A. Refer to Section 40 6100. 1.09 MAINTENANCE A. Refer to Section 40 61 00. B. Spare Parts and Test Equipment: I. Spares: In addition to the spare parts listed in other instrumentation sections, provide the following: a. Fuses: Provide ten of each size and type used. b. Relays: Provide ten of each type used. C. DC Power Supplies: Provide two of each size and type used. d. Lamps: Provide ten of each size and type used. Westside WTP Plate Settler Expansion Project Industrial Enclosures City of Fort Worth 406717-2 100%/Submittal 0512-239525 09/16/2020 e. Corrosion Inhibiting Vapor Capsules: Provide 50 of each type and size used. C. The spare parts and test equipment listed above shall be packed in a manner suitable for long-term storage and shall be adequately protected against corrosion, humidity, and temperature. D. Accessories 1. Each instrument shall be provided with a manufacturer-installed stainless steel tag identifying the instrument tag number. 1.10 WARRANTY A. Refer to Section 40 6100. PART 2 -PRODUCTS 2.01 GENERAL A. Refer to Section 40 6100. 2.02 LIGHTNING/SURGE PROTECTION A. Refer to Section 40 61 00. 2.03 CONTROL PANEL GENERAL REQUIREMENTS A. The following provides general fabrication requirements of control panels, enclosures, consoles, and cabinets. The dimensions within this Section and on the Contract Drawings are for general reference only. The PCSS shall be responsible for ensuring that final enclosure sizing and panel arrangements accommodate all required equipment for a fully integrated and operational system as specified herein and in the Contract Documents. B. Each control panel and terminal cabinet shall bear the UL label. The UL label shall apply to the enclosure, the specific equipment supplied with the enclosure, and the installation and wiring of the equipment within and on the enclosure. If required for UL labeling, provide ground fault protective devices, isolation transformers, fuses and any other equipment necessary to achieve compliance with UL 508 requirement. The Drawings do not detail all UL 508 requirements. C. The UL label requirements shall apply to all panels except where enclosures contain instruments mounted through the enclosure walls or doors. In this case,panel construction shall meet all requirements of UL labeling as described above,but no UL label is required. D. All panel doors shall have a lock installed in the door handle, or a hasp and staple for padlocking. Locks for all panels provided under this Contract shall be keyed alike. Westside WTP Plate Settler Expansion Project Industrial Enclosures City of Fort Worth 406717-3 100%/Submittal 0512-239525 09/16/2020 E. The devices designated for rear-of-panel mounting shall be arranged within the panel according to respective panel drawings and in a manner to allow for ease of maintenance and adjustment. Heat generating devices such as power supplies shall be located at or near the top of the panel. F. All components shall be mounted in a manner that shall permit servicing, adjustment, testing, and removal without disconnecting, moving, or removing any other component. Components mounted on the inside of panels shall be mounted on removable plates and not directly to the enclosure. Mounting shall be rigid and stable unless shock mounting is required otherwise by the manufacturer to protect equipment from vibration. Component mounting shall be oriented in accordance with manufacturer's recommendations. The internal components shall be identified with suitable plastic or metal engraved nametags mounted adjacent to (not on) each component identifying the component in accordance with the drawing, specifications, and PCSS's data. G. All exterior panel mounted equipment shall be installed with suitable gaskets, faceplates, etc. required to maintain the NEMA rating of the panel. H. Nameplates 1. All panels and panel devices shall be supplied with suitable nameplates, which identify the panel and individual devices as required. Each device nameplate shall include up to three lines with the first line containing the device tag number as shown on the drawings, the second line containing a functional description (e.g., Recirculation Pump No. 1), and the third line containing a functional control description(e.g., Start). 2. Unless escutcheon plates are specified or unless otherwise noted on the Drawings, nameplates shall be 3/32-inch thick, black and white, Lamicoid with engraved inscriptions. The letters shall be White against a Black background unless otherwise noted. Edges of the nameplates shall be beveled and smooth. Nameplates with chipped or rough edges will not be acceptable. Nameplates shall be affixed to the panels using 4-40 thread stainless steel button head hex screws. 3. Provide legend plates or 1-in by 3-in engraved nameplates with 1/4-in lettering for identification of door mounted control devices,pilot lights, and meters. 4. Single lamicoid nameplates with multiple legends shall be used for grouping of devices such as selector switches and pilot lights that relate to one fiinction. I. Mounting Elevations 1. ISA Recommended Practice RP60.3 shall be used as a guide in layout and arrangement of panels and panel mounted components. Dimensions shall account for all housekeeping pads that panels will sit on once they are installed. 2. Centerline of indicators and controllers shall be located no lower than 48-inches or higher than 66-inches above the floor on a panel face. 3. Centerline of lights, selector switches, and pushbuttons shall be located no lower than 32- inches or higher than 70-inches above the floor on a panel face. 4. Tops of annunciators shall be located no higher than 86-inches above the floor on a panel face. 5. Installation of panel components shall conform to component manufacturers' guidelines. 2.04 PANEL MATERIALS AND CONSTRUCTION A. Structure and Enclosure Westside WTP Plate Settler Expansion Project Industrial Enclosures City of Fort Worth 406717-4 100%/Submittal 0512-239525 09/16/2020 1. Panels shall be of continuous welded-steel construction as shown on the Panel Schedule. Provide angle stiffeners as required on the back of the panel face to prevent panel deflection under instrument loading or operation. Internally the panels shall be supplied with a structural framework for instrument support purposes and panel bracing. The internal framework shall permit panel lifting without racking or distortion. Provide removable lifting rings designed to facilitate simple, safe rigging, and lifting of the control panels during installation. Plugs shall be provided and shall unobtrusively fill the panel lifting ring holes when substituted for the lifting rings after installation is complete. Plugs shall not compromise the overall NEMA rating of the panel. 2. Each panel shall be provided with full height, fully gasketed access doors where shown. Doors shall be provided with a three-point stainless steel latch (except for NEMA 4X panels) and heavy duty stainless steel locking handle. Rear access doors (if included) shall be conveniently arranged and sized such that they extend no further than 24-inches beyond the panel when opened to the 90-degree position. Front and side access doors shall be as shown. Panel access doors shall be provided with full length, continuous, piano type stainless steel hinges with stainless steel pins. Front access doors with mounted instruments or control devices shall be of sufficient width to permit door opening without interference from flush mounted instruments. 3. The panels, including component parts, shall be free from sharp edges and welding flaws. Wiring shall be free from kinks and sharp bends and shall be routed for easy access to other components for maintenance and inspection purposes. 4. The panel shall be suitable for top and bottom conduit entry as required by the Electrical Drawings. For top mounted conduit entry, the panel top shall be provided with nominal one-foot square removable access plates, which may be drilled to accommodate conduit and cable penetrations. All conduit and cable penetrations shall be provided with ground bushings, hubs, gasketed locknuts, and other accessories as required to maintain the NEMA rating of the panel and electrical rating of the conduit system. 5. All panels in indoor, dry, non-corrosive environments shall be NEMA 12 unless otherwise noted. All panels in outdoor, wet, and non-chemically corrosive environments shall be NEMA 4 unless otherwise noted. Panels in chemically corrosive environments shall be NEMA 4X unless otherwise noted. All panels located in a hazardous location shall be rated for the type of hazard(e.g.,NEMA 7 for Class 1,Division 1). 6. Approximate size and equipment layout shall be adjusted by the Contractor's panel i fabricator to house the items specified. B. Freestanding Vertical Panels 1. Freestanding vertical panels shall meet the NEMA classification as shown on the drawings or specified herein. The panels shall be constructed of 12 gauge sheet steel, suitably braced internally for structural rigidity and strength. All NEMA 4X rated freestanding panels shall be constructed of 316 stainless steel, unless FRP is specifically indicated to be provided. Front panels or panels containing instruments shall be not less than 10 gauge stretcher leveled sheet steel,reinforced to prevent warping or distortion. C. Wall and Unistiut Mounted Panels 1. All wall and Unistrut mounted panels shall meet the NEMA classification as shown on the drawings or specified herein. The panels shall be constructed of not less than USS 14 gauge steel, suitably braced internally for structural rigidity and strength. All NEMA 4X rated wall mounted panels shall be constructed of 316 stainless steel, unless FRP is specifically indicated. FRP panels shall be used in chlorine areas. All FRP panels located Westside WTP Plate Settler Expansion Project Industrial Enclosmes City of Fort Worth 406717-5 100%/Submittal 0512-239525 09/16/2020 in direct sunlight shall be provided with a protective coating and sun shield to prevent discoloration and cracking. D. Finish Requirements 1. All sections shall be descaled, degreased, filled, ground and finished. The enclosure when fabricated of steel shall be finished with two rust resistant phosphate prime coats and two coats of enamel, polyurethane, or lacquer finish which shall be applied by either the hot air spray or conventional cold spray methods. Brushed anodized aluminum, stainless steel, and FRP panels will not require a paint finish. 2. The panels shall have edges ground smooth and shall be sandblasted and then cleaned with a solvent. Surface voids shall be filled and ground smooth. 3. Immediately after cleaning, one coat of a rust-inhibiting primer shall be applied inside and outside, followed by an exterior intermediate and top coat of two-component type epoxy enamel. A final sanding shall be applied to the intermediate exterior coat before top coating. 4. Apply a minimum of two coats of flat white lacquer on the panel interior after priming. 5. Unless otherwise noted, the finish exterior colors shall be as approved by the Owner or Engineer. E. Print storage pockets shall be provided on the inside of each panel. The storage pockets shall be steel, welded on to the door, and finished to match the interior panel color. The storage pocket shall be sufficient to hold all of the prints required to service the equipment, and to accommodate 8.5 inch by 11 inch documents without folding. F. Manufacturer 1. Contractor shall field verify and provide the same manufacturer as existing Filter Enclosures 2. No Approved Equal 2.05 ENVIRONMENTAL CONTROL A. All panels shall be provided with louvers, sun shields, heat sinks, or forced air ventilation as required to prevent temperature buildup inside of panel. The internal temperature of all panels shall be regulated to a range of 45 Deg F to 104 Deg F under all conditions. Under no circumstances shall the panel cooling or heating equipment compromise the NEMA rating of the panel. B. PCSS shall submit heat dissipation calculations for every control panel. C. Except for panels mounted with their backs directly adjacent to a wall, louvers shall be in the front of the panels, top and bottom, and shall be stamped sheet metal construction. D. For panels mounted with their backs directly adjacent to a wall, louvers shall be on the sides. E. Forced air ventilation fans, where used, shall provide a positive internal pressure within the panel, and shall be provided with washable or replaceable filters. Fan motors shall operate on 120-volt, 60-Hz power. Westside WTP Plate Settler Expansion Project Industrial Enclosures City of Fort Worth 406717-6 100%/Submittal 0512-239525 09/16/2020 F. Provide custom fabricated sun shields for all outdoor panels in accordance with the following requirements: 1. Sun shields shall be fabricated from minimum 12 gauge Aluminum. Units shall be designed, fabricated, installed, and supported to fully cover and shade the top, sides and back of the enclosure, and to partially shade the front panel of the enclosure, from direct exposure to sunlight from sunrise to sunset. 2. Depending on overall size, sun shields may be fabricated in single or multiple segments for attachment to the enclosure support framing or to separate free standing framing around the enclosure. 3. Sun shields shall not be attached directly to the enclosure by drilling holes through, or welding studs to, the enclosure surfaces, and shall be designed and mounted to provide a minimum 3-inch air gap all around the enclosure for air circulation and heat dissipation. 4. The top section of all sun shields shall be sloped at a minimum angle of 5 degrees from horizontal. For wall-mounted enclosures, the top section shall slope downward away from the wall and towards the front of the enclosure. For free standing, floor mounted and frame mounted enclosures the top section shall slope downward towards the back side of the enclosure. 5. The front edge of the top section of all sun shields shall incorporate a narrow and more steeply sloped drip shield segment which sheds water away from the front of the enclosure and prevents it from dripping or running directly onto the front panel of the enclosure. 6. All seam welds used in sun shield fabrication shall be continuous and shall be ground smooth. 7. All exposed corners, edges and projections shall be smooth rounded or chamfered to prevent injury. G. All outdoor enclosures and enclosures located in unheated areas indoors or in areas subject to humidity and moisture shall be provided with an integral heater, fan, and adjustable thermostat to reduce condensation and maintain the minimum internal panel temperature. Mount the unit near the bottom of the enclosure with discharge away from heat-sensitive equipment. Heater shall be Hoffman DAH series, 115 Volt, 50/60 HZ or approved equal. 2.06 CORROSION CONTROL A. Panels shall be protected from internal corrosion by the use of corrosion-inhibiting vapor capsules as manufactured by Northern Technologies International Corporation, Model Zerust (VC)Vapor Capsule; Hoffman Model AHCI; or approved equal. 2.07 CONTROL PANEL -INTERNAL CONSTRUCTION A. Internal Electrical Wiring 1. All interconnecting wiring shall be stranded, type MTW, and shall have 600 volt insulation and be rated for not less than 90 degrees Celsius. Wiring for systems operating at voltages in excess of 120 VAC shall be segregated from other panel wiring either in a separate section of a multi-section panel or behind a removable Plexiglas or similar dielectric barrier. Panel layout shall be developed such that technicians shall have Westside WTP Plate Settler Expansion Project Industrial Enclosures City of Fort Worth 406717-7 100%/Submittal 0512-239525 09/16/2020 complete access to 120 VAC and lower voltage wiring systems without direct exposure to higher voltages. 2. Power distribution wiring on the line side of fuses or breakers shall be 12 AWG minimum. Control wiring on the secondary side of fuses shall be 16 AWG minimum. Electronic analog circuits shall utilize 18 AWG shielded, twisted pair, cable insulated for not less than 600 volts. 3. Power and low voltage DC wiring systems shall be routed in separate wire ways. Crossing of different system wires shall be at right angles. Different system wires routed parallel to each other shall be separated by at least 6-inches. Different wiring systems shall terminate on separate terminal blocks. Wiring troughs shall not be filled to more than 60 percent visible fill. 4. Terminations a. All wiring shall terminate onto single tier terminal blocks, where each terminal is uniquely and sequentially numbered. Direct wiring between field equipment and panel components is not acceptable. b. Multi-level terminal blocks or strips are not acceptable. C. Terminal blocks shall be arranged in vertical rows and separated into groups (power, AC control, DC signal). Each group of terminal blocks shall have a minimum of 25 percent spares. d. Terminal blocks shall be the compression type, fused, un-fused, or switched as shown on the Contract Drawings or specified elsewhere in Division 13. e. Discrete inputs and outputs (DI and DO) shall have two terminals per point with adjacent terminal assignments. All active and spare PLC and controller points shall be wired to terminal blocks. f. Analog inputs and outputs (Al and AO) shall have three terminals per shielded pair connection with adjacent terminal assignments for each point. The third terminal is for shielded ground connection for cable pairs. Ground the shielded signal cable at the PLC cabinet. All active and spare PLC and controller points shall be wired to terminal blocks. g. Wire and tube markers shall be the heat shrinkable sleeve type with heat impressed letters and numbers. h. Only one side of a terminal block row shall be used for internal wiring. The field wiring side of the terminal shall not be within 6-inches of the side panel or adjacent terminal or within 8-inches of the bottom of free standing panels, or within 3-inches of stanchion mounted panels, or 3-inches of adjacent wire way. i. All wiring inside PLC/RIO enclosures and all external field signals terminated within PLC/RIO enclosures shall use wire ferrules. All ferrules shall be crimped with a calibrated crimper. 5. All wiring to hand switches and other devices, which are live circuits independent of the panel's normal circuit breaker protection, shall be clearly identified as such. 6. All panel wiring shall be clearly tagged and color coded. All tag numbers and color coding shall correspond to the panel wiring diagrams and loop drawings prepared by the PCSS. All power wiring, control wiring, grounding, and DC wiring shall utilize different color insulation for each wiring system used. The color coding scheme shall be: a. BLACK- 120 VAC Hot b. RED— 120 VAC hot wiring downstream of panel circuit breaker(switched) C. BLACK with ORANGE TRACER— 120 VAC hot wiring downstream of UPS d. WHITE— 120 VAC Neutral Westside WTP Plate Settler Expansion Project Industrial Enclosures City of Fort Worth 406717-8 100%/Submittal 0512-239525 09/16/2020 e. GREEN - Ground f. BLUE—DC Voltage Plus (Control Wire) g. WHITE with BLUE TRACER—DC Voltage Negative(Common) h. YELLOW—Foreign Voltage i. CLEAR or RED—DC Analog Signal Wiring TSP (Plus) j. BLACK—DC Analog Signal Wiring TSP(Negative) k. DC Analog Signal 3-conductor 1) RED—Power(24 vdc Typically for Transducers) 2) CLEAR—Plus (Signal Output) 3) BLACK—Negative(Signal Common) 7. Provide surge protectors on all incoming power supply lines at each panel per the requirements of Section 40 6100. 8. Each field instrument furnished under Division 13 and shown on the Drawings as deriving input power from the control panel(s) shall have a separate power distribution circuit with a circuit breaker or fuse and blown fuse indication. All instruments requiring 120VAC power shall be powered from the UPS source in the panel where the instrument signals lands. 9. Provide redundant 24 VDC power supplies to power field instruments and panel devices. Twenty-four VDC power supplies shall be as specified in this Section. 10. Wiring trough for supporting internal wiring shall be plastic type with snap-on covers. The side walls shall be open top type to permit wire changing without disconnecting. Trough shall be supported to the subpanel by stainless steel screws. Trough shall not be bonded to the panel with glue or adhesives. 11. Each panel shall have a single tube, fluorescent light fixture, 20 Watt in size, mounted internally to the ceiling of the panel. Light fixture shall be switched on lamp fixture and shall be complete with the lamp. 12. Each panel shall have a specification grade duplex convenience receptacle with ground fault interrupter, mounted internally within a stamped steel device box with appropriate cover. Convenience receptacle shall not be powered from a UPS and shall be protected by a dedicated fuse or circuit breaker. 13. Each panel shall be provided with an isolated copper grounding bus for all signal and shield ground connections. Shield grounding shall be in accordance with the instrumentation manufacturer's recommendations. 14. Each panel shall be provided with a separate copper power grounding bus (safety) in accordance with the requirements of the National Electrical Code. 15. Each panel shall have control, signal, and communication line surge suppression in accordance with Section 40 6100. 16. All microprocessor-based electronic devices in the panel that are powered by 120VAC shall be powered by the UPS (refer to appropriate Section in Division 13). 17. Each panel shall be provided with a circuit breaker to interrupt incoming power. Provide a minimum of two spare 20-amp breakers. 18. Additional electrical components including transformers, motor starters, switches, circuit breakers, etc., shall be in compliance with the requirements of Division 16. B. The orientation of all devices including RIO and I/O when installed shall be as the existing Filter RIO Enclosures. The Contractor shall field verify existing Filter Enclosures. Westside WTP Plate Settler Expansion Project Industrial Enclosures City of Fort Worth 406717-9 100%/Submittal 0512-239525 09/16/2020 2.08 ELECTRICAL COMPONENTS A. The main circuit breaker shall be a thermal-magnetic molded case breaker, by Square D Company, or approved equal. B. Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein and as required by the detailed mechanical equipment requirements, the P&IDs (Division 13), the Control Wiring Diagrams (Division 16) and as shown on the Drawings. C. All operating control devices and instruments shall be securely mounted on the exterior door. All controls shall be clearly labeled to indicate function and shall be in accordance with the electrical area classification indicated on the Electrical Contract Drawings. D. Specific control devices, control descriptions and other data are specified under the detailed specification for the mechanical equipment with which the control panel is supplied. PART 3 -EXECUTION 3.01 INSTALLATION A. The panels shall be installed at locations as shown on the Contract Drawings. B. Refer to Section 40 61 00. 3.02 TESTS A. Refer to Section 40 61 00. END OF SECTION 406717 Westside WTP Plate Settler Expansion Project Industrial Enclosures City of Fort Worth 406717- 10 100%/Submittal 0512-239525 09/16/2020 SECTION 406860—CONFIGURATION OF HMI AND CONTROLLER SOFWARE PART 1 -GENERAL 1.01 SCOPE OF WORK- A. The Application Engineering Services Supplier (AES) will update and provide all applications programming and services required to achieve the modifications being made to the existing and operational control system. Reference specification section 40 61 96 Process Control Descriptions. The AES shall coordinate the control system for proper operation with related equipment and materials furnished by other suppliers under other Sections of these specifications. B. This specification is a performance-based document and it defines the minimum requirement. The AES shall update the existing HMI and SCADA Control System to include the work under this contract. C. Auxiliary and accessory programming structures necessary for proper system operation and performance shall be included whether or not they are shown on the contract drawings. 1. All equipment shall be controlled in full conformity with the Contract Drawings, process control descriptions, specifications, engineering data, instructions, and recommendations of the equipment manufacturer. 2. All work shall be coordinated with plant operating personnel to minimize impacts on daily operation. Delays caused for any reason shall be noted and formally submitted to the engineer and the owner in the form of a letter. 3. To facilitate the Owner's future operation and maintenance, all applications programming shall utilize the existing Fort Worth Water Department SCADA software standards and conventions. D. The AES is responsible for the following: 1. Configuration and/or modifications to the HMI System Software and drivers. 2. Generation and/or updating existing graphical screens for the HMI System. 3. Configuration and/or modifications to the Owner's existing SCADA Historian Software located at the existing Holly WTP to include communications, database, graphics, etc. related to the modifications being made at the existing Westside WTP. 4. Configuration and programming for the PLC logic. 5. Updating the existing system reports using the Owner's Reporting Software. 6. Provide for and test communications and functionality between all connected devices (such as R1Os) and the HMI software package as depicted on the system architecture drawings. 7. Configure and test data collection and interactivity between all software packages and Operator Workstations and Servers in order to provide the modifications to the existing working system of data collection, storage and reporting. 8. Coordination with Membrane Filtration System Supplier(MFSS) regarding programming and graphic standards. Westside WTP Plate Settler Expansion Project Configuration of HMI and Controller Software City of Fort Worth 406860- 1 100%/Submittal 0512-239525 09/16/2020 9. Provide submittal reviews for MFSS vendor submittals regarding compliance with City's existing programming and graphic standards. This review by the AES will provide consistency between automation programmers. Thus all programming methods and graphics will be reviewed and approved by the Owner and the AES. E. Provide all PLC process controller programming and HMI configuration including modifications to existing control programs, database configuration, graphic screens, communication links, historical archiving, as specified herein. The process control system specified herein shall perform the following generalized functions: 1. Perform real-time process control, including proportional integral derivative control action, sequencing,process calculations, etc. 2. Collect and store accurate,reliable operating information for present and future uses. 3. Assist remote site operating personnel by noting and communicating off normal operating conditions and equipment failures. 4. Accumulate and store equipment running times for use in preventative maintenance. 5. Provide color graphic displays and reports for use by the system operating and supervisory personnel. 6. Provide trending for all analog values. 7. Provide control system diagnostics. 8. All process control functions including PID, calculations, sequencing, timing, alarming, etc., shall be done in the PLC. The HMI software shall perform the real-time database, report generation, graphic screens, program development, set point modification, data archiving, etc. 9. The system shall allow the operator to manually control (by keyboard entry and mouse type pointing device) the status of pumps, valves, etc. (i.e., on off, open close, setpoint value, etc.)when viewing the appropriate graphic screen on the HMI. 1.02 RELATED WORK A. Refer to Section 40 6100. 1.03 SUBMITTALS A. Submit all required submittals in accordance with Section 01300, Submittals. The submittals listed below shall be provided as a minimum. List Description Submittal Number/ Described and No. Governing Spec requirements in: Project Plan, Deviation List and Schedule: This submittal shall be 1 submitted and approved before 40 68 60-001 40 61 00,40 68 60 any additional submittals shall be accepted. 2 Operator Interface 40 68 60-002 40 61 96,40 68 60 Westside WTP Plate Settler Expansion Project Configuration of HMI and Controller Software City of Fort Worth 406860-2 100%/Submittal 0512-239525 09/16/2020 3 Process Control Strategy 40 68 60-003 40 6196,40 68 60 4 Historical Data Management and 40 68 60-004 40 68 60, 40 68 60 Reports 5 Operations and Maintenance 40 68 60-005 40 6100,40 68 60 Manuals B. Project Plan, Deviation List, and Schedule Submittal 1. The AES Project Plan shall be submitted and favorably reviewed before any further submittals will be accepted. The AES Project Plan shall, as a minimum, contain the following: a. Overview of the proposed control system in clear text format describing the AES understanding of the project work, preliminary system architecture drawing, interfaces to other systems, schedule, startup, and coordination with the PCSS. b. Approach to work in clear text format describing how the AES intends to execute the work. A discussion of startup shall be included as applicable. C. Preliminary software and hardware submittal information solely to determine compliance with the requirements of the Contract Documents prior to the AES development of process control programs and system layouts. Favorable review of software and hardware systems as part of this Project Plan stage shall not relieve the AES of meeting all the functional and performance requirements of the system as specified herein. d. Project personnel and organization including the AES project manager, project engineer, and lead project technicians. Include resumes of each key individual and specify in writing their commitment to this project. e. Preliminary coordination meeting agendas as specified herein. f. Sample formats of the shop drawings to be submitted and in conformance with the requirements of the specifications. At a minimum, include samples of graphical display presentations. 2. Exceptions to the Specifications or Drawings shall be clearly defined by the AES in a separate Deviation List. The Deviation List shall consist of a paragraph by paragraph review of the Specifications indicating acceptance or any proposed deviations, the reason for exception, the exact nature of the exception and the proposed substitution so that a proper evaluation may be made by the Engineer. The acceptability of any device or methodology submitted as an "or equal" or "exception" to the specifications shall be at the sole discretion of the Engineer. 3. Project schedule shall be prepared and submitted using Microsoft Project scheduling software. Schedule shall be prepared in Gantt chart format clearly showing task linkages for all tasks and identifying critical path elements. PCSS schedule must be based on the General Contractor and PCSS schedule and must meet all field installation, testing, and start-up milestones in that schedule. The project schedule shall illustrate all major project milestones including the following: Westside WTP Plate Settler Expansion Project Configuration of HMI and Controller Software City of Fort Worth 406860-3 100%/Submittal 0512-239525 09/16/2020 a. Schedule for all subsequent project submittals. Include in the time allotment the time required for Contractor submittal preparation, Engineer's review time, and a minimum of two complete review cycles. b. Proposed dates for all project coordination meetings. C. Testing: Schedule for all testing including at a minimum the System Integration Test (SIT), Witnessed Factory Test, Operational Readiness Test, Functional Acceptance Test, and 30 Day Acceptance Test. Testing schedule shall include submittal of test procedures a minimum of 30 days prior to commencement of testing. Schedule shall also include submittal of completed test procedure forms for review and approval by the Engineer prior to shipment, startup, or subsequent project work. d. Schedule for system cutover, startup,and/or going on-line for each major system. e. Schedule for all training including submittal and approval of O&M manuals, and site training. C. Operator Interface 1. Submit all proposed graphic displays, trends, logs and supporting control strategy narratives. 2. Submitted graphic displays and trends shall be no less than 8 1/2 - inches by 11 -inches and in full color. 3. Quantity of graphic displays to be provided shall be as required to depict all monitoring and control requirements defined herein and in the contract documents. All processes and equipment shown on the PM&ID drawings shall be shown in a similar manner. The graphic displays shall represent all process flow paths and all associated equipment units, pumps, meters, valves, gates, feed systems and auxiliary systems. As a minimum, the following graphic displays and types shall be as follows: a. Plant Overview Display b. Index Displays C. Process Overview Displays d. Unit Process Displays e. Process Detail Displays f. Alarm Summary Display g. System Diagnostic Displays h. Tabular Displays i. Control Strategy Setup Displays j. Equipment Control Pop-up Displays k. Trend Displays 4. To support understanding of proposed graphic displays submit instructions explaining operator interface functions and procedures for operating system. 5. The AES shall conduct a workshop to review the proposed process graphics to be developed and solicit Engineer/Owner's input for the development of the graphic templates, standards and conventions as they apply to the process graphics, graphic formats and layouts, and user interface displays for accessing and controlling the specific process. 6. Pre-defined trend displays shall be developed for easy recall using index display or standard display recall buttons. Pre-defined trends shall be developed for all analog inputs. Grouping of analog inputs shall be as defined by the Engineer/Owner. A maximum of 8 points shall be assigned to a trend. Westside WTP Plate Settler Expansion Project Configuration of HMI and Controller Software City of Fort Worth 406860-4 100%/Submittal 0512-239525 09/16/2020 D. Process Control Strategy 1. This submittal shall present all control schemes to be developed and shall include the following as a minimum: a. A brief scope of the control function. b. Listing of all scanned inputs to the control function. C. A short narrative of the control strategy. d. Any assumptions made in developing the program. e. I/O database listing showing all inputs and outputs (i.e., Al, DI, AO, DO) associated with the control function. f. Cross reference list of all 1/0 showing to which 1/0 modules or software modules they are linked. g. Listing of all operator inputs/outputs to and from the control function. A description of the operation of any panels shall be described as it relates to the control function. It. All failure contingencies shall be described in detail. 2. All applications programs shall be developed in a structured manner and shall follow an intuitive arrangement so that an instrumentation technician with basic programming knowledge will be able to understand. Programs shall utilize standard program templates or subroutines for repetitive logic such as equipment control, flow total calculations, equipment runtime calculations. 3. All applications programs shall be submitted in 8.5 -inch x 11-inch format. All programs shall be fully annotated and all rungs, contacts, coils and listings labeled. 4. This submittal shall also include copies of the PLC I/O configuration tables, l/O reference usage table, complete cross reference to specific rung used of all inputs, outputs, internal coils, data registers, and special put-pose coils. In addition, any special switch settings or hardware configuration requirements such as communications port configurations shall be described in detail and submitted. E. Historical Data Management and Reports 1. This submittal shall define all aspects of the historical data management system and reports generation and shall include as a minimum the following: a. A complete listing of all signals to be collected and stored. This listing shall include data sampling rate and duration for which the data will be immediately accessible. b. Data reduction methods,rates and duration data will be immediately accessible. C. Storage space requirements and supporting calculations. d. Description of historical database design, including table definitions, procedures used, and queries used. e. A complete list of all reports. f. Description of methodology for entering manual data. g. Procedures for recall, generation and printing of reports. It. Printout of each report to be provided. 2. The AES shall conduct a workshop to review the proposed historical data management and reporting system to be developed and solicit Engineer/Owner's input for the Westside WTP Plate Settler Expansion Project Configuration of HMI and Controller Software City of Fort Worth 406860-5 100%/Submittal 0512-239525 09/16/2020 development of the data entry templates, report formats and layouts, and user interface displays for accessing and generating reports. 3. Quantity and format of reports shall be determined at the workshop and as a minimum shall include shift, daily, monthly and yearly reports. For the Report workshop provide a minimum of one report of each type for review purposes. F. Operations and Maintenance Manuals 1. Provide operations and maintenance manuals in accordance with requirements of Sections 01300, 01730,40 6100 using the format specified in 40 6100. 2. Prior to final acceptance of the system, operating and maintenance manuals covering all operations and maintenance procedures for the applications software and system configuration shall be furnished. 3. All software applications, programs and configuration files shall be provided on electronic media disks independent of computer hard disk files. Files shall be provided on machine loadable media capable of being used by a technician to restore the AES installed software using the hardware and software programs supplied by the AES as part of this Contract. 4. The manuals shall contain operating and maintenance data written specifically for this project, but may include standard and modified standard documentation. All standard documentation furnished shall have all portions that apply clearly indicated. All portions that do not apply shall be lined out. 5. The manuals shall contain all illustrations, detailed drawings and instructions necessary for installing, operating and maintaining the applications software. All illustrations shall be numbered for identification. All information contained therein shall apply specifically to the application software furnished and shall only include instructions that are applicable. All such illustrations shall be incorporated within the printing of the page to form a durable and permanent reference book. 6. If the AES transmits any documentation or other technical information that is considered proprietary, such information shall be designated. Documentation or technical information that is designated, as being proprietary will be used only for the design, construction, operation, or maintenance of the System and, to the extent permitted by law,will not be published or otherwise disclosed. 7. As a minimum, the following information shall be provided in the manuals: a. A comprehensive index. b. All documentation from previous submittals updated to reflect the as-built system. C. Detailed service, maintenance and operation instructions for each item supplied, including procedures for backing up files and archiving historical data. d. Reconunended archiving schedule for historical data. e. List of personnel to be contacted for warranty and emergency services, including name, address, telephone number, pager or cell phone number, fax number, and email address. f. Printouts of every graphic display with all dynamic points referenced. g. Printouts of the HMI database and other custom developed or configured files used on the HMI system. In. Printouts of all documented PLC programs. i. Electronic media disks containing all HMI, PLC and other custom configured files used on the project. Westside WTP Plate Settler Expansion Project Configuration of HMI and Controller Software City of Fort Worth 406860-6 100%/Submittal 0512-239525 09/16/2020 1.04 REFERENCE STANDARDS A. Refer to Section 40 6100. 1.05 QUALITY ASSURANCE A. Refer to Section 40 61 00. 1.06 SYSTEM DESCRIPTION A. Refer to Section 40 6100. 1.07 DELIVERY, STORAGE,AND HANDLING A. Refer to Section 40 61 00. 1.08 PROJECT/SITE REQUIREMENTS A. Refer to Section 40 6100. 1.09 SYSTEM CONFIGURATION GUIDELINES A. The AES is responsible for providing all applications prograrnming and configuration services to accomplish the control and monitoring functions as described herein and the Contract Documents. B. The AES is responsible for providing coordination between the MFSS vendor regarding all system configuration guidelines. C. Graphic Displays 1. All displays shall conform as much as possible to the existing standards for the Water Treatment Plants now in operation at the FWWD. 2. All displays shall incorporate references to both instrumentation tag numbers and plant equipment numbers. All displays shall be logically arranged so that an operator can drill down into the system with overview displays leading to process displays, then specific equipment displays, then to set point display for the specific equipment. Additionally, the AES shall provide a method to allow an operator to navigate from any display in the system to any other display in the system with no more than two mouse clicks. 3. Unless specifically noted, all timers, set points, alarm actuation levels, etc., shall be adjustable from the operator interface. The AES will clarify any security requirements with the Owner at the Graphics Review Workshop. 4. Plant Overview Display - This display shall provide a graphical overview of the facility or SCADA system. The operator shall have the ability to click on the graphical elements of the overview and navigate directly to that specific process or location. All major graphic displays shall be accessible from the Plant Overview Display. Westside WTP Plate Settler Expansion Project Configuration of HMI and Controller Software City of Fort Worth 406860-7 100%/Submittal 0512-239525 09/16/2020 5. Index Displays - These displays shall provide an alpha-numeric listing of every display on the system, thus allows an operator access to any system wide display with a single mouse click. 6. Process Overview Displays - This display type shall provide general process overview including tank levels, major valve positions, major equipment status, and process analyzer values. This high level display shall include links to allow an operator access to the various unit process displays that make up the overall process. An example is the chemical system overview display depicting all the chemicals used in the facility. 7. Unit Process Displays - This display type shall provide specific overview information on a single unit process such as the sodium hypochlorite system at a treatment facility. From this display, an operator shall be able to access detail displays that provide specific information on the various equipment of a single unit process. 8. Process Detail Displays - This display type shall provide specific information on a single piece of equipment or system. The display shall depict basic process diagrams with representative symbols for pumps, tanks, etc., combined with real time process variables or conditions. The displays shall be dynamic (i.e., symbols for a pump shall change color indicating run or stop or alarm, the volume of tanks shall be indicated by varying the height of the interior color of the tank symbol, etc.). All of the current data in the database shall be available for graphic displays. All process variables shall be displayed on their associated display(s) with correct engineering units. Process variables shall display their associated data quality flags. 9. Alarm Summary Display - The display shall consist of all points currently in alarm and shall include the tag number, description, time of occurrence, and present status (high, low, normal, etc.). The alarm summary shall identify alarm points by severity by utilizing distinct colors for each severity category. 10. System Diagnostic Displays - The displays shall summarize the error status of all system devices capable of reporting errors (i.e., PLCs, computers, network equipment, printers, communication devices, etc.). The display shall indicate if an error is detected or a failure occurs. Status of primary and backup devices shall be indicated on display. 11. Tabular Displays - This display type shall depict the various dynamic alphanumeric values in a tabular format. 12. Control Strategy Setup Displays - This display type shall provide the interface for setting up automatic control strategies, setting modes of operation, entering process set points, and other required user interface parameters. 13. Equipment Control Pop-up Displays - This display type shall provide the interface for controlling equipment and changing equipment anodes, entering set points, and other required actions for a single piece of equipment. All process variables shall be displayed with correct engineering units. 14. Trend Displays - The trend display shall display the value of a point versus time. The intent is to depict the type of plot produced on an analog recorder on the CRT. Each point shall be trended in a different color. Each of the assigned points shall have a point identification number, point name, point description, current value, and instrument range displayed in the color used for its trend. The time period shall be selected and be either current or historical. The time period selected and time and date of start shall be displayed. The values displayed on a historical trend shall consist of the stored values for each variable trended. Current trends shall be updated at the scan frequency of the variable. A trend display shall not be considered a graphic display. D. Alarm/Equipment Status Reporting Westside WTP Plate Settler Expansion Project Configuration of HMI and Controller Software City of Fort Worth 406860-8 100%/Submittal 0512-239525 09/16/2020 1. The alarm log shall display all alarms as they occur. The alarm message shall include the time of occurrence, tag name, tag number, and whether it is a low, high, or failure alarm. When the point in alarm returns to normal, the time, point identification number, and return to normal shall be displayed. All reports shall include the plant equipment number of the associated device. 2. The equipment status shall be logged whenever a change in status occurs (i.e., start, stop). The equipment status log shall include the time, equipment name, tag number, and the particular change in status. 3. The alarm log shall be retrievable by simple commands such that an alarm shall be reviewable for up to 30 days. The intent of this requirement is to assist with trouble shooting efforts after an alarm condition has been cleared. E. Historical Data Management 1. The following features shall be provided for processing and storage of system historical data: a. Each system point (analog or digital, real or pseudo) shall have the capability of being historically logged. A point shall have the capability of being deleted from historical log at any time. It shall be easy to add or delete system points using minimal keystrokes. b. Data Processing: The real time instantaneous values shall be stored in a historical log file on the hard disk at defined sampling rates. F. Process Monitoring and Control Programming 1. Provide programming and testing for all equipment and functionality being provided under this project. Refer to drawings, specifications, and loop narratives. 2. Programming and configuration services shall be provided for all PLCs provided by the PCSS and any HMI-related functionality. G. Report Requirement 1. The system shall be able to generate reports from on-line historical data files or prompt the user for the appropriate archived data files. 2. Reports shall be initiated automatically based upon time of day or manually upon operator request. 3. User interface displays for report generation shall be developed with easy recall of reports by entering time:day:year target values. 4. User interface displays shall allow the operator to define the destination of the report (e.g., display, printer, computer file, etc.) and when it is to be printed (e.g., immediately, on demand, or automatically at a specified time). 5. Operational Report Types. The following operational report types shall be provided with the system: a. Shift Operation Summary Report 1) An operator-adjustable time interval Shift Operation report shall summarize plant operation from midnight through the last complete hour of operation. The operator shall be capable of adjusting the time-stamp resolution of data (i.e., secondly, hourly,monthly,etc.). Westside WTP Plate Settler Expansion Project Configuration of HMI and Controller Software City of Fort Worth 406860-9 100%/Submittal 0512-239525 09/16/2020 2) The report format shall consist of the following: Correct date, plant name, report name, page number, group headings, subheadings, point identification, and engineering units. 3) This report shall be printed on demand from any operator work station for any point in the system. b. Daily Operation Summary Report 1) The daily operation report shall summarize plant operation for the previous day. The report shall be generated, on demand, after the previous days' laboratory analysis results have been entered. The printed information shall be the stored values (not average) including scanned, lab, and manually entered data using an operator-defined time-stamped resolution. 2) The report format shall consist of the following: Correct date, plant name, report name, page number, group headings, subheadings, point identification, and engineering units. 3) The daily minimum, average, maximum, and total where applicable shall also be calculated and printed for each point and stored. 4) Values for which there are no data available shall be identified with a special character. Thus, only values which are actually zero shall be printed as such. 5) The daily operation summary report shall be available for printing on demand, as often as preferred. C. Monthly Operation Summary Report 1) The monthly operation summary report shall summarize plant operation for the previous calendar month. The report shall be generated on demand from the operator work station, usually after all laboratory results for the previous month have been entered. The report format shall be arranged so that the first several pages shall conform to the requirements of the state regulatory agencies and may be separated from the rest of the monthly operation report for transmittal to the regulatory agency. 2) The report format shall be similar to the daily operation summary report and shall consist of the following: Month and year, plant name, report name, page number, group headings, sub-headings, point identifications, and engineering units. 3) The monthly operation summary report shall be available for printing on demand. d. Annual Operation Summary Report 1) The annual operation summary report shall summarize plant operation for the previous calendar year. The report shall consist of scanned data, lab data, and manually entered data using an operator-adjustable time-stamped resolution. 2) The format of the report shall be identical with the monthly operation summary report except for replacing month with year in the heading and replacing date with calendar month. Westside WTP Plate Settler Expansion Project Configuration of HMI and Controller Software City of Fort Worth 406860- 10 100%/Submittal 0512-239525 09/16/2020 1.10 WARRANTY A. Refer to Section 40 6100 and supplement that with the requirements below. B. All application engineering software programming provided to accomplish the requirements of the contract documents shall be warranted in accordance with Section 01740. In the event of a warranty claim,the AES shall meet the following response requirements: 1. The AES shall provide telephone technical support within four hours of warranty claim. If failure cannot be resolved by telephone, AES shall provide onsite technical support within 24 hours of warranty claim. 1.11 COORDINATION MEETINGS AND WORKSHOPS A. Refer to Section 40 6100 for AES attendance at PCSS coordination meetings. B. The AES shall schedule and administer a historical data management and reports workshop to discuss and solicit Engineer/Owner input for storage and management of historical data and format of daily, monthly and yearly reports. This meeting will last up to one business day and shall be held at a location designated by the Owner. The AES shall be responsible for meeting minutes. C. The AES shall schedule and administer a graphics development workshop. This meeting will be held at a location designated by the Owner. This graphics review meeting will be held after return of the initial graphics submittal and incorporation of comments by the AES. At this meeting, the AES will present the actual software displays,databases, reports, and the like. The Owner will make comments on the system for incorporation by the AES prior to the final graphics submittal. The AES shall bring a working system to allow for a live demonstration of the various software tools. This meeting will last up to two business days. The AES shall be responsible for meeting minutes. D. The AES shall schedule and administer a single phone/video conference coordination meeting between the Owner, General Contractor and MFSS vendor. This meeting will be jointly scheduled between the AES and the General Contractor before any MFSS vendor submittals are submitted for review and approval. At this meeting, the AES will present the existing City of Fort Worth's programming and graphic standards that all programmers will adhere too. These standards and conventions will be the basis for each vendors programming and graphics scope of work. The City's existing standards and conventions are intended to provide consistency between all automation programmers. These MFSS submittals will be reviewed and approved by the Owner and the AES with regard to the adherence to the standards and conventions. The AES shall be responsible for meeting minutes. PART 2 -PRODUCTS 2.01 GENERAL A. Refer to Section 40 6100. Westside WTP Plate Settler Expansion Project Configuration of HMI and Controller Software City of Fort Worth 406860- 1 1 100%/Submittal 0512-239525 09/16/2020 PART 3 -EXECUTION 3.01 TESTING A. Refer to Section 40 6121. END OF SECTION 406860 Westside WTP Plate Settler Expansion Project Configuration of HMI and Controller Software City of Fort Worth 406860- 12 100%/Submittal 0512-239525 09/16/2020 SECTION 407113 —MAGNETIC FLOW METERS PART 1 -GENERAL 1.01 SCOPE OF WORK- A. This Section covers the furnishing, installation, and services for the field-mounted flow devices, panels, and subassemblies as detailed on the Drawings. B. Furnish, install, calibrate, test, adjust, and place into satisfactory operation the primary sensors and field instruments as shown on the Drawings and specified herein. C. Products and services covered in this Section shall be provided by the Process Control System Supplier(PCSS). Refer to Section 40 6100 for a list of acceptable PCSS's. D. The Drawings and Specifications illustrate and specify functional and general construction requirements of the sensors and field instruments and do not necessarily show or specify all components, wiring, piping, and accessories required to make a completely integrated system. PCSS shall provide all components, piping, wiring, accessories, and labor required for a complete workable and integrated system. E. The PCSS shall be responsible for installing in-line flow elements, (i.e., magmeter flow tubes, insert flow tubes, etc.) and for providing taps in the process piping systems for installation of other flow,pressure, and temperature sensing instrumentation. F. Coordination: Coordinate with other CONTRACTORS for installation of all items specified herein and required to ensure the complete and proper interfacing of all the components and systems. 1.02 RELATED WORK A. Refer to Section 40 61 00. 1.03 SUBMITTALS A. Refer to Section 40 6100. 1.04 REFERENCE STANDARDS A. Refer to Section 40 61 00. 1.05 QUALITY ASSURANCE A. The Engineer and Owner shall determine whether a product is an"Approved Equal"based upon the information listed herein and the manufacturer's data sheets regarding the models specified. Westside WTP Plate Settler Expansion Project Magnetic Flow Meters City of Fort Worth 407113- 1 100%/Submittal 0512-239525 09/16/2020 Alternate equipment must meet the criteria listed herein and any additional information in the manufacturer's data sheets in order to be accepted as an "Approved Equal." Supplier must furnish five working installation references for any alternate equipment along with Owner, contact, and telephone number. 1.06 DELIVERY, STORAGE AND HANDLING A. Refer to Section 40 61 00. 1.07 NOMENCLATURE AND IDENTIFICATION A. Refer to Section 40 6100. PART 2 -PRODUCTS 2.01 MAGNETIC FLOWMETER A. Flow Element 1. Type: a. Pulsed AC electromagnetic induction type and shall provide a signal which is linear to the liquid flow rate. 2. Function/Performance: a. Power requirements: Match to converter/transmitter. b. Accuracy: Plus or minus 0.5 percent of rate (including converter/transmitter). C. Temperature rating: Suitable for process liquid temperature up to 70 degrees C and an ambient of 65 degrees C. d. RFI protection: Provide RFI protection. e. Pressure rating: 240 PSI if 150 lb flanges are used, 700 PSI if 300 lb flanges are used. f. Additional: Meter shall be capable of running empty indefinitely without damage to any component. 3. Physical: a. Metering Tube: Carbon steel unless otherwise indicated. Stainless steel on all sludge applications. b. Flanges: ANSI 150 lb., DIN PN 16 carbon steel unless otherwise indicated. Provide 316 stainless steel on all sludge applications. Flangeless wafer type may be used if compatible with adjacent piping. C. Liner: Polyurethane unless noted otherwise. Hard tubber for sedimentation sludge applications. d. Electrodes: 316 stainless steel, bullet nosed or elliptical self-cleaning type unless otherwise noted. Westside WTP Plate Settler Expansion Project Magnetic Flow Meters City of Fort Worth 407113-2 100%/Submittal 0512-239525 09/16/2020 e. Housing: Meters in below grade vaults, basements, etc., shall be designed for accidental submergence in 30 feet of water for 48 hours. Meters above grade shall be of NEMA 4X (IP65). Where hazardous areas are indicated on the contract drawings,the equipment shall be rated for that area. f. Painting: All external surfaces shall be painted with a chemical and corrosion resistant epoxy finish. 4. Accessories/Options Required: a. Factory calibration: All meters shall be factory calibrated. A copy of the report shall be in the O&M manual. b. Grounding: Meter shall be grounded per the manufacturer's recommendation. Provide ground ring, ground wires, and gaskets, etc., as required or as otherwise noted. All materials shall be suitable for liquid being measured. 5. Manufacturer(s): a. Supplied to match flow transmitter. B. Flow Converter/Transmitter 1. Type: a. Microprocessor based, intelligent transmitter compatible with flow tube provided. b. Remotely mounted from the flow tube. 2. Functional/Performance: a. Power requirements: 120VAC plus or minus 10 percent. b. Accuracy: As defined for flow element. C. Temperature: Minus 10 degrees C to plus 50 degrees C. d. Output: Isolated 4-20 rnA into 0-1000 ohms, with HART protocol. Current output adjustable over the full range of the instrument. e. Diagnostics: Self diagnostics with on screen display of faults. f. Display: Digital indicator displaying flow in engineering units. g. Totalizer: A fully configurable totalizer integral to the transmitter. Totalized flow shall be displayed. h. Empty Tube Zero: The transmitter shall include a feature that will lock the output at zero when no flow is detected. The empty tube zero feature shall be enabled automatically when the transmitter detects no flow. 3. Physical: a. Housing: NEMA 4X wall mount. For outside mounting, transmitter shall be protected by aluminum sun shields. 4. Accessories/Options Required: a. Cable: Provide signal cable between flow tube and transmitter. Length shall be as required by installation. Westside WTP Plate Settler Expansion Project Magnetic Flow Meters City of Fort Worth 407113-3 100%/Submittal 0512-239525 09/16/2020 b. Indicator: Provide local indicator with scale engraved 0-100 percent which indicates actual converter output signal. 5. Manufacturer(s): a. Rosemount-Emerson 8750 Series b. In order to maintain compatibility with City standards, there are No Approved Equals PART 3 -EXECUTION 3.01 GENERAL A. See execution requirements in Section 40 6100. END OF SECTION 407113 Westside WTP Plate Settler Expansion Project Magnetic Flow Meters City of Fort Worth 407113-4 100%/Submittal 0512-239525 09/16/2020 SECTION 407213 —ULTRASONIC LEVEL METERS PART1 -GENERAL 1.01 SCOPE OF WORK A. This Section covers the furnishing, installation, and services for the field-mounted level devices as detailed on the Drawings. B. Furnish, install, calibrate, test, adjust, and place into satisfactory operation the primary sensors and field instruments as shown on the Drawings and specified herein. C. Products and services covered in this Section shall be provided by the Process Control System Supplier(PCSS). Refer to Section 40 6100 for a list of acceptable PCSS's. D. The Drawings and Specifications illustrate and specify functional and general construction requirements of the sensors and field instruments and do not necessarily show or specify all components, wining, piping, and accessories required to make a completely integrated system. PCSS shall provide all components, piping, wiring, accessories, and labor required for a complete workable and integrated system. E. Coordination: Coordinate with other CONTRACTORS for installation of all items specified herein and required to ensure the complete and proper interfacing of all the components and systems. 1.02 RELATED WORK- A. Refer to Section 40 6100. 1.03 SUBMITTALS A. Refer to Section 40 6100. 1.04 REFERENCE STANDARDS A. Refer to Section 40 6100. 1.05 QUALITY ASSURANCE A. The Engineer and Owner shall determine whether a product is an"Approved Equal"based upon the information listed herein and the manufacturer's data sheets regarding the models specified. Alternate equipment must meet the criteria listed herein and any additional information in the manufacturer's data sheets in order to be accepted as an "Approved Equal." Supplier must furnish five working installation references for any alternate equipment along with Owner, contact, and telephone number. Westside WTP Plate Settler Expansion Project Ultrasonic Level Meters City of Fort Worth 407213- 1 100%/Submittal 0512-239525 09/16/2020 1.06 DELIVERY, STORAGE, AND HANDLING A. Refer to Section 40 6100. 1.07 NOMENCLATURE AND IDENTIFICATION A. Refer to Section 40 6100. PART 2 -PRODUCTS 2.01 LEVEL INSTRUMENTS A. Ultrasonic Level Element 1. Type: a. PVE encapsulated sensor b. Electronic pulse output C. Bracket,NPT, or Flange Mounting d. Teflon coated sensor(all chemical tanks). 2. Function/Performance: a. Function: To sense variable liquid level. b. Principle: To pulse ultrasonic signals form the transducer toward the liquid and receive the echo measuring the time between sending and receiving the pulse signal and proportioning that to the measured liquid depth. C. Input Power: From transmitter d. Range Capability: Three feet to 20 feet, or as necessary e. Beam Angle: Seven degrees f. Shall have integral temperature compensation unit. 3. Physical: a. Housing: PVC completely encapsulated and submersible and shall be suitable for envirornnent in which it is being used. b. Mounting: 2-inch pipe mounting or flange mounted. Flange shall be 6", 150 lb. RF, Teflon coated. All flanges for chemical tanks shall be Teflon coated to match the transducer and flange coatings. C. Interconnecting Cable: 3 conductor shielded cable, furnished with sensor. Length to suit installation. 4. Performance: a. Accuracy: Current output one percent of selected full-scale range. b. Repeatability: 0.25 percent full scale. B. Ultrasonic Level Transmitter Westside WTP Plate Settler Expansion Project Ultrasonic Level Meters City of Fort Worth 407213-2 100%/Submittal 0512-239525 09/16/2020 1. Type a. Electronic pulse input b. Electronic analog output C. NEMA 4X enclosure, Transmitters mounted outside shall be provided with aluminum sun shields. 2. Function/Performance: a. Function: To receive the transducer input and provide a current output. Optional High and/or Low alarm contacts shall be provided as required and shown on the PM&ID Drawings. b. Principle: To monitor the transducer echo and provide electrical pulses to the transducer. C. Input Power: 105-125 VAC, 60Hz d. Output: 4-20 mA into 1 K ohm maximum e. Accuracy: Current output one percent of selected full-scale range. f. Repeatability: 0.25 percent full scale. 3. Physical: a. Display: 4-digit LCD display for viewing parameters and operation data. b. Form "C" SPDT alarm relays rated at 250 VAC 0.5 Amps shall be provided as indicated on the PM&ID Drawings. C. Level transmitter shall be programmed by entering all operational data via a removable non-intrusive infra-red programming module. d. Provide software, to be loaded on client Laptop, to calibrate the transmitter and view the operational parameters and measured values. e. Transmitter shall have EPROM memory and shall not require a battery to ensure protection of shared data. f. Where ultrasonic signal interference is prevalent, each level transmitter shall utilize the necessary hardware/software to synchronize level element/transmitter(s). 4. Manufacturer(s): a. Siemens Milltronics HydroRanger 200, Transducers shall be Echomax Series. b. In order to maintain compatibility with City standards, there are No Approved Equals. PART 3 -EXECUTION 3.01 GENERAL A. See execution requirements in Section 40 61 00. END OF SECTION 407213 Westside WTP Plate Settler Expansion Project Ultrasonic Level Meters City of Fort Worth 407213-3 100%/Submittal 0512-239525 09/16/2020 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Ultrasonic Level Meters City of Fort Worth 407213-4 100%/Submittal 0512-239525 09/16/2020 SECTION 407300—DIFFERENTIAL PRESSURE INSTRUMENTATION PART1 -GENERAL 1.01 SCOPE OF WORK A. This section covers the furnishing, installation, and services for the field-mounted pressure devices as detailed on the Drawings. B. Furnish, install, calibrate, test, adjust, and place into satisfactory operation the primary sensors and field instruments as shown on the Drawings and specified herein. C. Products and services covered in this Section shall be provided by the Process Control System Supplier(PCSS). Refer to Section 40 6100 for a list of acceptable PCSS's. D. The Drawings and Specifications illustrate and specify functional and general construction requirements of the sensors and field instruments and do not necessarily show or specify all components, wiring, piping, and accessories required to make a completely integrated system. PCSS shall provide all components, piping, wiring, accessories, and labor required for a complete workable and integrated system. E. The PCSS shall be responsible for installing pressure elements, (i.e., diaphragm, flanges, etc.) and for providing taps, if required, in the process piping systems for installation of other flow or pressure sensing instrumentation. F. Coordination: Coordinate with other CONTRACTORS for installation of all items specified herein and required to ensure the complete and proper interfacing of all the components and systems. 1.02 RELATED WORK A. Refer to Section 40 61 00. 1.03 SUBMITTALS A. Refer to Section 40 6100. 1.04 REFERENCE STANDARDS A. Refer to Section 40 61 00. 1.05 QUALITY ASSURANCE A. The Engineer and Owner shall determine whether a product is an"Approved Equal"based upon the information listed herein and the manufacturer's data sheets regarding the models specified. Westside WTP Plate Settler Expansion Project Pressure Instrumentation City of Fort Worth 407300- 1 100%/Submittal 0512-239525 09/16/2020 Alternate equipment must meet the criteria listed herein and any additional information in the manufacturer's data sheets in order to be accepted as an "Approved Equal." Supplier must furnish five working installation references for any alternate equipment along with Owner, contact, and telephone number. 1.06 DELIVERY, STORAGE AND HANDLING A. Refer to Section 40 6100. 1.07 NOMENCLATURE AND IDENTIFICATION A. Refer to Section 40 6100. PART 2 -PRODUCTS 2.01 PROCESS TAPS, SENSING LINES AND ACCESSORIES A. Water Pressure Sensing Lines and Accessories for Flow and pressure monitoring: 1. Material: Copper Water Tube, ASTM B-88, Type L. drawn temper or annealed. 2. Pressure Rating: 150 psi. 3. Size %2 inch O.D. for water. 4. Connections: Stainless Steel Compression Type, "Swagelok"by Crawford or equal. 5. Shut-off Valves: a. Type: Ball b. Pressure Rating: 150 psi. C. Body,Ball and Stem: Stainless Steel d. Packing: High Density PTFE e. Handle: Nylon with metal travel stops. f. Support Rings: TFE coated Stainless Steel. g. End Connections: Removable"Swageloks", or equal. h. Model: Whitey 45 series for water, or equal. 6. Manifolds: a. Type: 5-valve meter manifolds. b. Materials: 316 SS Body, Bonnets and Stems; Delrin seats; Teflon Packing C. Manufacturer: Anderson-Greenwood; or equal. B. Air Pressure Sensing Lines and Accessories for Air Flow/Pressure Transmitters: 1. Material: 316 Stainless Steel Tubing,ASTM A-269,Medium Wall Thickness. 2. Pressure Rating: 150 psi 3. Size: '/4 inch O.D. for air. 4. Connections: 316 Stainless Steel Compression Type, "Swagelok" by Crawford, or equal. 5. Shut-off Valves: Westside WTP Plate Settler Expansion Project Pressure Instrumentation City of Fort Worth 407300-2 100%/Submittal 0512-239525 09/16/2020 a. Type: Ball b. Pressure Rating: 150 psi. C. Body,Ball and Stem: Stainless Steel d. Packing: High Density PTFE e. Handle: Nylon with metal travel stops. f. Support Rings: PTFE coated Stainless Steel. g. End Connections: Removable"Swageloks", or equal. h. Model: Whitey 43 series for air, or equal. 6. Manifolds: a. Type: 5-valve and 3-valve meter manifolds. b. Materials: 316 SS Body, Bonnets and Stems; Delrin seats; Teflon Packing. C. Manufacturer: Anderson-Greenwood; or equal. C. Pressure Tap Sensing Lines and Accessories for Pressure Gauges and Pressure Switches: 1. For Process Sensing Taps in Ductile Iron, Steel and Stainless-Steel Piping Systems: a. Material and Fittings: Type 304 Stainless Steel Pipe (ASTM A 312) and threaded fittings and adapters (ASTM A403). b. Sizes: '/2 inch minimum for main sensing piping and '/4 inch gauge and switch connections. C. Pressure Rating: Equal to or greater than the applicable system test pressure as specified. d. Accessories: 1) For applications not requiring diaphragm seals,provide separate `/4 inch 316 stainless steel threaded gauge cocks for each gauge and switch. 2) For applications requiring diaphragm seals, provide a separate '/2 inch threaded 316 stainless steel ball valve for seal process side shutoff for each gauge and switch. 2. For Process Sensing Taps in Copper and Thermoplastic Piping Systems: a. Pipe Material and Fittings: Use same type of pipe material and fittings as that used in the process piping system. b. Sizes: '/2 inch minimum for main process sensing piping and '/4 inch for gauge and switch connections. C. Pressure Rating: Equal to or greater than the applicable system test pressure. d. Accessories: 1) For copper piping system taps with or without seals, provide a separate '/4 inch minimum threaded Stainless Steel or bronze gauge cock for each gauge and switch. 2) For PVC and CPVC piping systems with or without diaphragm seals, provide a separate %2 inch threaded ball valve for process sensing line shutoff for each gauge and switch. Westside WTP Plate Settler Expansion Project Pressure Instrumentation City of Fort Worth 407300-3 100%/Submittal 0512-239525 09/16/2020 2.02 AC POWER DISCONNECT SWITCH A. General: All four-wire transmitters shall be provided with a 120 VAC power On-Off selector switch located at the instruments. B. Selector Switch: NEMA 4X rated, SPDT. C. Enclosure: NEMA 4X rated, non-metallic. Allen Bradley 800H rosite glass polyester enclosure or Approved Equal. D. Fuse Protection: In-line fuse, sized as required for instrument protection, mounted in the enclosure. 2.03 DIAPHRAGM SEAL—THREADED A. Type: 1. Thread attached. 2. Upper and lower housings with circular planar diaphragm separating process fluid from instrument components. 3. Welded metal, bonded elastomer, or bonded thermoplastic diaphragm. B. Function/Performance: I. Purpose: To protect instruments or gauges from the process medium. 2. Operating Principle: A flexible diaphragm separates process medium and instrument element. Space on instrument side of diaphragm shall be completely filled with a suitable pressure-transmitting fluid. The process pressure is transmitted by the liquid filled system to the instrument element. 3. Maximum Pressure: Two times the maximum process pressure. 4. Operating Temperature: -40 to 100 degrees C. C. Physical: 1. All 316L stainless steel construction. 2. Teflon gaskets and O rings on process connection. 3. Bleeding connection provided. NOTE: filling screw not recommended since it provides poor quality measurement if done incorrectly in the field. D. Accessories Required: I. Stainless steel armored capillary tubing as required for the installation. E. Manufacturer(s): 1. Ashcroft Type 200 2. Approved Equal. Westside WTP Plate Settler Expansion Project Pressure Instrumentation City of Fort Worth 407300-4 100%/Submittal 0512-239525 09/16/2020 2.04 DIAPHRAGM SEAL-ANNULAR FLANGE MOUNTED A. Type: 1. Flexible cylindrical diaphragm (sensing sleeve) surrounding process fluid. Diaphragm resides in a wafer-style housing or a spool-type housing depending upon diameter specified. The housing body retains sensing sleeve, with no sleeve material exposed to the process piping connection. 2. Carbon steel body(non-wetted)with wetted surfaces of corrosion-resistant material. B. Function/Performance: 1. Protect instruments or gauges from the pressure medium. 2. Operating Principle: A 360-degree sensing sleeve separates the process medium fi-om the instrument clement. The volume on the instrument side of the sensing sleeve is completely filled with sensing liquid. The process pressure is transferred to the instrument clement by the sensing liquid. 3. Pressure Limit: Correspond to flange ratings. 4. Inside diameter shall conform to the dimensions of the pipe where the seal is installed. 5. ANSI or DIN flange class shall be equivalent to the flange class of the piping where the seal is installed. Bolting dimensions shall conform to ANSI or DIN drilling specifications as required by the installation. C. Physical: 1. Body material: Carbon steel. 2. Process connection: As noted in piping Drawings. Flanged for piping greater than 2- inches diameter, NPT or flanged for piping 2-inches in diameter or smaller. Coordinate with piping contractor. 3. Sensing Sleeve: Buna-N. 4. Sensing Liquid: Silicone Oil. D. Manufacturer(s): 1. Ashcroft Type 80 isolation ring, Type 85 isolation spool,Type 86 isolation spool. 2. Red Valve Company, Inc., Series 40,42 or 742 Diaphragm isolators. 3. Approved Equal. 2.05 PRESSURE/DIFFERENTIAL PRESSURE INDICATING TRANSMITTERS A. Type 1. Microprocessor based, intelligent type. 2. Diaphragm actuated. 3. "Smart" electronics. B. Function/Performance 1. Accuracy: 0.1 percent of span (linear output). Westside WTP Plate Settler Expansion Project Pressure Instrumentation City of Fort Worth 407300-5 100%/Submittal 0512-239525 09/16/2020 2. Stability: Combined temperature effects shall be less than 0.2 percent of maximum span per 50 degrees F temperature change. Effect on accuracy due to static pressure changes shall be negligible. 3. Power Requirements: Loop-powered,two-wire type. 4. Output: 4-20 mADC. "Smart" output shall be user selectable for linear or square root output. Linear for pressure and level applications. For flow metering applications the output shall be the square root of the input differential pressure. Digital process variable superimposed on 4-20 ma signal, conforms to HART protocol. 5. RFI Protection: 0.1 percent error between 27-and 500-MHz at 30-v/m field intensity. 6. Drift: 0.10 percent per six months for 4-20 mA output. 7. Sensor Technology: Sealed capacitance actuated by a diaphragm. 8. Over Range Protection: Provide positive over range protection. C. Physical 1. Electrical Classification: Intrinsically safe for Class I and Class II,Division 1 locations. 2. Housing: NEMA 4X. 3. Sensor Diaphragm Isolating Material: Type 316L stainless steel or ceramic. 4. Wetted O-Rings: Viton. 5. Sensor Fill Fluid: Shall be suitable for process fluid being measured. When used for chemical metering service, sensor fill fluid shall be rated specifically for the chemical being measured. D. Options/Accessories Required 1. Provide span and zero adjustment at each transmitter. 2. Provide local indication at each transmitter, either analog gauge or LCD readout. Scale shall be in engineering units. 3. Provide hand held programmer(s) or calibrator as specified under tools and test equipment. 4. For each transmitter provide a multimatic manifold as manufactured by D/A Manufacturing, and mounting brackets as required. The manifold shall be Type 316 stainless steel and provide the following modes of operation: a. Normal Mode. b. Zeroing Mode. C. Isolation Mode. d. Calibration Mode. e. Blowdown Mode. E. Manufacturer(s) 1. Rosemount 3051. 2. In order to maintain compatibility with City standards, there are No Approved Equals. 2.06 PRESSURE GAUGE A. Pressure Gauge 1. Type: Westside WTP Plate Settler Expansion Project Pressure Instrumentation City of Fort Worth 407300-6 100%/Submittal 0512-239525 09/16/2020 a. Bourdon tube actuated pressure gauge. b. Liquid filled gauges (for pressure ranges of 15 psi and greater and vacuum ranges to 30"Hg). 2. Function/Performance: a. Accuracy: Plus or minus 0.5 percent of span or better. 3. Physical: a. Case: Phenolic shock-resistant or Type 316 stainless steel for surface/stem mounting with a pressure relieving back. The case shall be vented for temperature/atmospheric compensation. Gauge shall be capable of being liquid filled in the field or at the factory. b. Window: Clear acrylic or shatter proof glass. C. Dial: White with black marking. d. Bourdon Tube: 316 stainless steel. e. Connection: '/4 -in NPT. f. Gauge size: Minimum 4-1/2 inches viewable. g. Stops: Built-in over-load and under-load movement stops. h. Pressure Snubber: Sintered stainless steel snubber threaded into gauge socket or in external stainless steel housing with `/4 NPT male and female connections. i. Pointer travel: Not less than 200-degree nor more than 270-degree arc. j. Filling Liquid: Silicone Oil. k. Process Isolation: Provide gauge cocks or ball valves for process isolation as specified in the mechanical drawings and in accordance with the requirements of Part 2.01 of this Section. 1. Range: As indicated on the Instrumentation List. 4. Accessories/Options Required: a. Shutoff valve: Each gauge shall have a process shutoff valve which can also be used as an adjustable pressure snubber. b. Special scales: Engineer reserves the right to require special scales and/or calibration if the manufacturer's standard is not suitable for the application. C. Gauges shall be liquid filled at the factory. 5. Manufacturer(s): a. WEKSLAR b. Ashcroft C. Approved equal 2.07 PRESSURE SWITCH A. Type: 1. Diaphragm actuated. Westside WTP Plate Settler Expansion Project Pressure Instrumentation City of Fort Worth 407300-7 100%/Submittal 0512-239525 09/16/2020 B. Function/Performance: 1. Repeatability: Better than 1.0 percent of full scale. 2. Setpoint: Field adjustable and set between 30 and 70 percent of the adjustable range. 3. Dead Band: Field adjustable. 4. Reset: Unit shall be of the automatic reset type. 5. Over Range Protection: Over range protection to 150 percent of the maximum process line pressure. 6. Output: Double pole double throw(DPDT). Switch rating shall be 10 A at 230 VAC. C. Physical: 1. Housing: NEMA 4X (IP65) for nonhazardous areas. For installation in hazardous areas, housing shall be explosion proof approved for Class 1,Division 1, Groups C and D (EEx d IIB). 2. Switch Assemblies: Hermetically sealed switches. 3. Wetted Parts: 316L stainless steel diaphragm, viton seals, 316 stainless steel connection port. D. Accessories/Options Required: 1. Shutoff Valve: Provide a 316 stainless steel shutoff valve. Valve shall be by D/A Manufacturing,Anderson Greenwood, or Approved Equal. 2. Where indicated on the Contract Drawings, provide a 316 SS snubber for pulsation dampening. E. Manufacturer(s): 1. Static-O-Ring(SOR). 2. United Electric 3. Ashcroft. 4. Mercoid. 5. Approved Equal. PART 3 -EXECUTION 3.01 GENERAL A. See execution requirements in Section 40 6100. END OF SECTION 407300 Westside WTP Plate Settler Expansion Project Pressure Instnunentation City of Fort Worth 407300-8 100%/Submittal 0512-239525 09/16/2020 SECTION 407553 —TURBIDITY ANALYZERS PARTI -GENERAL 1.01 SCOPE OF WORK A. This section covers the furnishing, installation, and services for the field-mounted analyzers as detailed on the Contract Drawings. B. Refer to Section 40 6100. 1.02 RELATED WORK A. Refer to Section 40 6100. B. Refer to Division 16,Electrical Specifications. 1.03 SUBMITTALS A. Refer to Section 40 6100. i 1.04 COORDINATION MEETINGS A. Refer to Section 40 6100. 1.05 REFERENCE STANDARDS A. Refer to Section 40 6100. 1.06 QUALITY ASSURANCE A. The Engineer and Owner shall determine whether a product is an"Approved Equal"based upon the information listed herein and the manufacturer's data sheets regarding the models specified. Alternate equipment must meet the criteria listed herein and any additional information in the manufacturer's data sheets in order to be accepted as an "Approved Equal." Supplier must furnish five working installation references for any alternate equipment along with Owner, contact, and telephone number. 1.07 DELIVERY, STORAGE, AND HANDLING A. Refer to Section 40 6100. Westside WTP Plate Settler Expansion Project Turbidity Analyzers City of Fort Worth 407553- 1 100%/Submittal 0512-239525 09/16/2020 1.08 NOMENCLATURE AND IDENTIFICATION A. Refer to Section 40 6100. PART 2-PRODUCTS 2.01 TURBIDITY ANALYZER A. Type: 1. Microprocessor based, continuously flowing, 90 degree light refractive type turbidimeter capable of transmitting turbidity data on a network and/or 4-20 mA signal. B. Functional Performance: 1. Accuracy: Plus or minus two percent of reading or plus or minus 0.015 NTU (whichever is greater) from 0 to 40 NTU; plus or minus five percent of reading from 40 to 100 NTU. The repeatability of the unit shall be plus or minus one percent of the reading or plus or minus 0.002 NTU, whichever is greater. 2. Resolution-The resolution shall be 0.001 NTU. 3. Range-Reference Instrument List under Appendix 40 61 OOA . 4. Stability - The device shall be able to operate within 0 to 40 degrees Celsius and shall produce accurate readings under zero to 95 percent non-condensing humidity conditions. 5. Power Requirements - 120 VAC with internal surge protection. The power supply shall be provided with the turbidimeter. C. Physical: 1. The turbidimeter shall have a sample inlet fitting of 1/4" female NPT with a 1/4" compression fitting. The drain shall be '/2" NPT female with a %2" hose barb. 2. The turbidity monitoring system shall be mounted on an Aluminum plate. The Aluminum plate shall be mounted on the wall with U-channel standoffs. D. Accessories Required: 1. Controller Module a. The turbidity monitoring system shall include two turbidimeter(s) and one interface controller unit for Filters #2 and #3. Filter #1 shall include one turbidimeter and one interface controller unit. Filter #4 shall include one turbidimeter and one interface controller unit with the Aluminum plate sized for future filter #5. The controller shall provide two 4-20mA outputs. Each output span shall be programmable over any portion of the 0-100 NTU range. 2. Adjustable Water Flow Meter a. Each turbidity meter shall be provided with an adjustable water acrylic flow meter to adjust the sample water flow rate to the turbidity meter. b. Manufacturer — Key Instruments, FR4000 Series model-41,48 (2-25 gph) or approved equal. Westside WTP Plate Settler Expansion Project Turbidity Analyzers City of Fort Worth 407553-2 100%/Submittal 0512-239525 09/16/2020 3. Test Chemicals a. Provide one full year's supply of any expendable items such as reagents, chemicals,membranes,etc., as required for each analyzer furnished. b. Provide a secondary calibration method such as calibration cube. E. Manufacturers: 1. Hach Model TU5300,with SC200 Controller 2. In order to maintain compatibility with City standards,there are No Approved Equals PART 3 -EXECUTION 3.01 GENERAL A. See execution requirements in Section 40 6100. END OF SECTION 407553 Westside WTP Plate Settler Expansion Project Turbidity Analyzers City of Fort Worth 407553-3 100%/Submittal 0512-239525 09/16/2020 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Turbidity Analyzers City of Fort Worth 407553-4 100%/Submittal 0515-239525 9/16/20 SECTION 432321.14-AXIALLY SPLIT CASE PUMPS PART1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Horizontally Mounted axially split case pumps, including their respective motors and variable frequency drives for an additional Membrane Feed Pump (FTW-P-005) as indicated on the drawings. 2. Supervisory services during installation and field testing of each unit and instructing the regular operating personnel in the proper care, operation and maintenance of the equipment. 3. Pump manufacturer shall have unit responsibility for the pumping system, including, but not limited to,pumps,motors, and variable frequency drives. 1.3 COORDINATION A. Section 013100"Project Management and Coordination." B. Coordinate installation and startup of Work of this Section with Owner's operations. 1.4 ACTION SUBMITTALS A. Section 013300"Submittal Procedures": Requirements for submittals. B. If manufacturing techniques differ, completely describe all aspects that do not conform to specifications. C. Product Data: Submit literature, which may include drawings, describing the equipment in detail,including materials of construction,to indicate full conformance with the specifications. 1. Prior to Manufacture: Submit dynamic vibration analysis report describing the analysis process, assumptions utilized in the analysis, and analysis conclusions as described in Paragraph 2.4. Report to identify the specified limitations will be met with the pump installed per the Specification. For the dynamic vibration analysis described, minimum and maximum operating speeds will be in accordance with conditions of operation specified in Table 432321.14-1. 2. The total weight of the equipment including the weight of the single largest item. Provide a weight breakdown by pump,motor,coupling,base frame and components. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14- I 100%Submittal 0515-239525 9/16/20 3. A complete materials table for all equipment establishing compliance with these specifications. 4. A list of the Manufacturer's recommended spare parts with the Manufacturer's current price for each item. Include gaskets, packing, etc. on the list. List all bearings by the bearing manufacturer's numbers only. D. Shop Drawings: 1. Descriptive literature,bulletins, and/or catalogs of the equipment. 2. Include statement indicating location of manufacturer and distance to Project for each regionally manufactured material. 3. Certified shop and erection drawing showing parts arrangement, details, including pick points for rigging, materials of construction and detail dimensions and layout. Certified shop drawings shall include motor,mounting base/skid, and assembly installation layout. 4. Equipment baseplate drawing indicating size and location of bolt holes for anchorage plus details of anchorage of equipment to foundation including anchor bolt type, size, materials, embedment depth, and minimum edge distance. 5. Complete Bill of Materials (shall be submitted as a part of O&M manual as well). 6. Data on the characteristics and performance of each pump. a. Catalog sheets showing a family of curves covering full range selection of impeller diameter (not sufficient without the addition of the following, to establish detailed compliance with project requirements). b. Performance Curve Requirements: 1) Guaranteed performance curves, based on actual shop tests on similar units, showing the specified requirements for head, capacity, efficiency, guaranteed maximurn net positive suction head required (NPSH3), and brake horsepower. 2) Guaranteed performance curves to ANSI/HI 14.6 acceptance grade lU for specified (intermediate) design point and acceptance grade lE for the other specified points, 3) Curves to be plotted on 8 '/z-in by 11-in sheets at as large a scale as practical specifically for the pump proposed from no flow at shut off head to pump capacity at minimum specified TH. The POR and AOR (refer to ANSI/HI 9.6.3) shall be clearly shown on the curves. Clearly annotate the heads and flow rates at both the runout and shutoff ends of the pump curve. 4) Clearly indicate the minimum continuous stable flow (MCSF) on the full load rpm and reduced speed curves. Clearly annotate this flow on the data sheet. 5) For variable speed pumps, submit variable speed curves with five evenly spaced speeds plotted from maximum to minimum recommended speeds. 6) Pumps not meeting the design performance requirements will be rejected. 7. Prior to Manufacture: Submit required vibration analyses detailing that requirements have been met. For the dynamic vibration analysis, minimum and maximum operating speeds will be in accordance with the conditions of operation specified in PART 2. 8. Description of painting and protective coatings. 9. Complete master wiring diagrams, elementary or control schematics, including coordination with electrical equipment and control devices, and suitable outline drawings showing such details as are necessary to locate conduit stub-ups and field wiring. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14-2 100%Submittal 0515-239525 9/16/20 10. Data for electric motors. 11. Data for variable frequency drives. E. Manufacturer's Certificates 1. A statement and supporting data indicating motor bearing life meets or exceeds specified value. 2. Manufacturer's certification of installation meeting Manufacturer's installation, operation and maintenance manuals and as specified in PART 3. 3. Welder certifications. F. Delegated Design Submittals: Submit signed and sealed Shop Drawings with design calculations and assumptions. G. Test and Evaluation Reports 1. Certified motor test data. 2. Tabulated data for the drive motors including rated horsepower, full load rpm, power factor and efficiency curves at 1/2, 3/4 and full load, service factor and kW input, including when the pump is at its design point. Submit a certified statement from the motor manufacturer that the motors are capable of continuous operation on the power supply from the variable frequency drives to be furnished without affecting the design life of bearings or windings. 3. Description of proposed pump factory test procedures and equipment. 4. Factory and field performance test data as specified in PART 2 and PART 3. 5. A schedule of the date of factory testing and delivery of the equipment to the job site. 6. Inspection report of pumps prior to shipment. 7. Six-month follow up vibration testing report as specified in PART 3. H. Manufacturers'Installation Instructions. I. Source Quality-Control Submittals: 1. Indicate results of factory tests and inspections. J. Field Quality-Control Submittals: Indicate results of Contractor furnished tests and inspections. 1. Identify the entity and experienced individual who will inspect the installation. 2. Manufacturer's field report as specified in PART 3. K. Complete description of surface preparation and shop painting for pumps and motors. L. Critical speed analyses report submittal including backup documentation and a statement of guarantee that the critical speed analyses as required in Paragraph 2.4 of this Section have been completed and that the specified limitations will be met. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14-3 100%Submittal 0515-239525 9/16/20 1.5 INFORMATIONAL SUBMITTALS A. Critical speed analyses report submittal including backup documentation and a statement of guarantee that the critical speed analyses as required in Article "Source Quality Control' have been completed and that the specified limitations will be met. 1.6 CLOSEOUT SUBMITTALS A. See Section 017000 "Execution and Closeout Requirements"for closeout requirements. B. Operation and Maintenance Data C. Warranty Documentation: submit warranty complying with requirements herein and Section 017700 "Closeout Procedures." D. Project Record Documents 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Furnish all special tools and test equipment required for the proper servicing of all equipment as specified. All such tools and test equipment shall be furnished in a steel tool chest complete with lock and duplicate keys. B. All spare parts shall be properly protected for long periods of storage and packed in containers that are clearly identified with indelible markings as to contents. C. Furnish the following spare parts for each size pump: 1. Two mechanical seals. D. Provide to the Owner a list of all spare and replacement parts with individual prices and location where they are available. Prices shall remain in effect for a period of not less than one year after start-up and final acceptance. E. Special tools and spare parts shall be furnished as recommended by Manufacturer. F. Section 017719 "Execution and Closeout Requirements" specifies requirements for maintenance materials. 1.8 QUALITY ASSURANCE A. Provide units furnished by a single manufacturer. To assure unity of responsibility, the motors,variable frequency drives and supporting base plate shall be furnished and coordinated by the Manufacturer. B. Manufacture pumps in accordance with the Hydraulic Institute Standards, except where otherwise specified. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14-4 100%Submittal 0515-239525 9/16/20 C. Manufacturer: Equipment furnished under this Specification shall be new and unused, shall be the standard product of manufacturers having a successful record of manufacturing and servicing similar equipment and systems for a minimum of five years. D. Manufacturer or its representative shall have an authorized warranty center within a 300 mile radius of the job site, fully staffed with factory trained mechanics, and equipped with a stock of strategic spare parts for each model of pump furnished under this contract. The service facility and strategic spare parts shall be established prior to delivery of equipment for this project. E. The Manufacturer shall be certified to the ISO 9001 standard for design and manufacture of this type of pump. 1.9 DELIVERY, STORAGE,AND HANDLING A. Section 016000 "Product Requirements": Requirements for transporting, handling, storing, and protecting products. B. Ship pumping units with motor space heaters connected to a terminal board ready to be energized. Promptly energize motor space heaters during storage. House pumping units in weatherproof enclosures at all times during storage. C. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. As necessary, provide inspection report to Manufacturer identifying any damage and rework necessary prior to installation. D. Store pumps and all appurtenances according to Manufacturer's instructions. E. Do not disassemble factory assembled parts and components for shipment unless written permission received from Engineer. F. Long Term Storage: 1. Follow Manufacturer's detailed recommendations for long term storage. 2. Properly protect all parts so that no damage or deterioration occurs. G. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote for construction operations areas. 2. Provide additional protection according to manufacturer's instructions. 3. Protect unpainted finished iron and steel surfaces to prevent rust and corrosion. 4. Protect finished surfaces of exposed flanges with wood or equivalent blank flanges. 5. Protect bearings against formation of rust in accordance with bearing manufacturer's recommendations. For bearings that are not pre-lubricated, apply corrosion inhibiting treatment for protection during transportation, storage,handling, installation, and lapse of time prior to start-up. 6. Intermittently manually rotate equipment prior to start-up to ensure distribution of lubricant/protection, Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14-5 100%Submittal 0515-239525 9/16/20 1.10 SITE CONDITIONS A. Ambient Conditions. Installation is in the membrane facility lower/filter pipe gallery level. Wet and corrosive area. Temperature ranges from 32— 120F. B. Field Measurements: Verify field measurements prior to fabrication. Indicate field measurements on Shop Drawings, 1.11 WARRANTY A. Section 017700 "Closeout Procedures" specifies closeout requirements for warranties. B. Pump Manufacturer shall warranty all equipment supplied under this Section for a period of two years Warranty period shall commence on the date of Substantial Completion, as outlined in Divisions 00 and 01. C. The Manufacturer's warranty period shall run concurrently with the Contractor's warranty period.No exception to this provision shall be allowed. D. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced in the machine(s) and the unit(s)restored to service at no expense to the Owner. PART2 -PRODUCTS 2.1 MANUFACTURERS A. Grundfos/PACO 12"x 10" 1015 4KP; B. Or equal by Aurora Pumps,Fairbanks Morse,Flowserve, or ITT Goulds. C. Substitutions: As specified in Section 016600—Product Requirements. 2.2 SYSTEM DESCRIPTION A. The pumps will pump water from the break tank downstream of the GAC contactors, pump through strainers and then through the membranes to the clearwell. Pump and driver shall be designed for continuous duty full speed and reduced speeds using VFD. B. Equipment to include one (1) horizontal mounted axially split case membrane feed pump. motor, variable frequency drives, and accessories for pump as specified herein and as indicated on the Drawings. C. For control descriptions and control sequences, refer to Section 406196 Process Control Descriptions. Pumps will be integrated into the upgraded membrane system. Coordinate for proper operation and compatibility. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14-6 100%Submittal 0515-239525 9/16/20 D. Pumping Units: 1. Supply by one Manufacturer. 2. Complete system including pumps, motors, variable frequency drives, and appurtenances such as,but not limited to, couplings, guards and gauges. 3. Materials, including the coatings in the pumps, shall comply with AWWA E-103, Horizontal and Vertical Line-Shaft Pumps Standard,ANSI/NSF 61 and ANSI/NSF 372. 4. Provide ample room for inspection,repairs and adjustments. E. Pump(s): Capable of temporary operation at and near shut off head for 30 seconds maximum, during opening and closing of the pump discharge check valve as the pump is ramped by the VFD during starts and stops. F. Design and build pumps, motors, variable frequency drives, for 24-hour continuous service at any and all points within the required range of operation, without overheating, excessive vibration or strain. 2.3 PERFORMANCE AND DESIGN CRITERIA A. Pumps of same service type shall be identical in every respect with all parts interchangeable. B. Design each pump for design conditions listed herein and for operation within the system head curve envelope as appended. C. Head— Capacity Performance Curve: continuously rising from runout to shutoff with no points of inflection at any operational speed for stable operation within the AOR. D. Operate throughout the specified range within the vibration limitations specified herein. E. Maximum allowable sound pressure level from one pump/motor when operating on utility power measured 3-feet from the equipment and 5-feet above the floor shall be 85 dBA at any operating speed. F. When the pump is operating at any point on its performance curve within the specified operating range at maximum speed, nameplate ratings of the motor shall not be exceeded, nor shall the design service factor be reduced. TABLE 432321.14-1 PUMPING UNIT DESIGN REQUIREMENTS—MEMBRANE FEED PUMP Item Description Design Conditions Service Filtered Water Number of Pumps 1 Flow,rated m 5200 Differential head/pressure,rated feet 115 Speed,Rated(rpm) 1780 Maximum Allowable Motor Horsepower(non-overloading 200 throughout operating range) HP Motor Design Voltage/Phase/Frequency 460 V/3 h/60 Hz Impeller Diameter,Rated inches 12.66 Minimum Pump Discharge Nozzle Size inches 10 Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14-7 100%Submittal 0515-239525 9/16/20 Minimum Pump Suction Nozzle Size inches 12 Minimum Efficiency at Duty Point %) 85 Maximum NPSH required/Margin required(feet) 20/3.00 ft Minimum/Maximum Shutoff Head,Rated Diameter& Speed 167/175 ft (feet) Head Rise to Shutoff %) 47.99 Flow,Best Efficiency Point(BEP) ( m) 4813.3 Flow Ratio Rated/BEP %) 108.03 Diameter Ratio Rated/Max) %) 82.37 Head Ratio Rated Diameter/Max Diameter) (%) 51.19 Maximum Head at Runout(ft) 70 ft Minimum Continuous Stable Flow, no more than m) 1600 Range of Operating Speeds (speed/rpm) 50-100%/30-60 Hz Pump Model Used for Design Giundfos—29— 1015-4 2.4 SOURCE QUALITY CONTROL A. Dynamic vibration analysis shall be performed by 1. Mechanical Solutions Inc. (MSI) of Whippany,NJ. 2. DynaTech Engineering, Inc. of Auburn, CA. 3. Engineering Dynamics Inc. (EDI) of San Antonio, TX. 4. Pump manufacturer. B. Provide lateral rotordynamic vibration analysis of the pump rotating system, including pump and motor rotor, coupling, and installed bearing stiffness. 1. Identify and predict that the first lateral critical speed shall have a separation margin of at least 20 percent above the maximum pump speed or 20 percent below the minimutn pump speed. 2. If a design modification (i.e., such as changing the shaft diameter or different coupling arrangement) cannot resolve a separation margin deficiency or is not practical, a forced damped response analysis shall be performed to demonstrate that deflections at the bearings or at the impeller wear rings, if applicable, will not exceed 35 percent of the available clearances. C. Provide torsional rotordynamic vibration analysis of the complete rotating system (pump, motor, shafting, and coupling). 1. Identify and predict that no torsional natural frequencies occur within a separation margin extending from 20 percent below to 20 percent above the specified pump operating speed range. 2. Additionally, no natural frequencies shall be +/- 10 percent of 2x times running speed, line frequency, 2x line frequency, vane pass frequency, and VFD control frequencies (if applicable) within the specified multiple of the pump operating speed range. 3. If a design modification (i.e., such as a shaft diameter change or different coupling arrangement) cannot resolve a separation margin deficiency or is not practical, a forced damped response analysis shall be performed to show that infinite life will be achieved with a safety factor of at least two. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14-8 100%Submittal 0515-239525 9/16/20 D. Submit Campbell diagrams documenting lateral rotordynamics and torsional rotordynamic analysis results and graphically demonstrating the separation margins specified above. E. Maximum Vibration Velocity: Per ANSI/HI 9.6.4 as measured in the field for all specified operating conditions. F. Maximum Vibration Displacement: Field vibration displacement peak-to-peak shall conform to the requirements of ANSI/HI 9.6.4 for specified operating conditions at or below 600 rpm. This only applies if full or reduced speeds will be below 600 rpm. 2.5 PUMP CONSTRUCTION -GENERAL A. Mount the pump and driving motor on a fabricated steel drip-rim baseplate with provision to collect leakage and shall be of sufficient size and rigidity to support the unit and prevent harmful or damaging vibration. A minimum 1/2-in drain tap and copper pipe nipple shall be provided. The steel base shall be attached to a concrete support base with grout holes. B. All necessary anchor bolts, nuts, and washers will be furnished and be of Type 316 stainless steel to attach the steel base to the concrete support base. C. Design and construct the pump and motor to successfully withstand a maximum reverse runaway speed equal to 150 percent of syncluonous speed or the runaway speed that would occur at an applied head equal to the head at the best efficiency point, whichever is higher, resulting from backflow through the pump. D. Casing: 1. Type: Axially split;removable top portion. 2. Material: Cast iron conforming to ASTM A48, Class 25 minimum. 3. Sufficient thickness and suitably ribbed to withstand all stresses and strains of service at full operating pressure. 4. Suction and discharge nozzle cast integrally with the lower half. 5. Removal of the upper half of the casing must allow the rotating element to be removed without disconnecting the suction and discharge flanges. 6. Lifting eyes shall be cast into the upper casing. 7. Design pressure: 150 psi. 8. Connections, taps, vents and valves: a. Air vent on the top of the casing: not less than 1/2 inch b. Suction and discharge pressure gauge connections: '/a inch 9. End Connections: a. Flanged. b. Comply with ASME B16.1, Class 125 E. Impellers: 1. Impeller Design Type: double suction. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14-9 100%Submittal 0515-239525 9/16/20 2. ASTM A743 CFBM cast stainless steel or ASTM B 148 Alloy C95800 Nickel Aluminum Bronze. 3. Provide certified analysis of the impeller pour metal. 4. Two-plane dynamic balance in accordance with 1940-1 quality grade G2.5. F. Wearing Rings: 1. Casing wear ring material: nickel aluminum bronze ASTM B 148, alloy 95800 2. The wearing surfaces parallel to the axis of rotation. 3. Securely fasten wearing rings to prevent any relative motion and designed for easy replacement. G. Shafting: 1. Pump shafting shall be equal to SAE designation 1045 or better. 2. The shafting shall be true and parallel over its entire length. 3. Shafting and couplings shall be dynamically balanced. H. Pump Bearings: 1. Heavy duty single row inboard and double row outboard anti-friction type. 2. Arranged for grease lubrication. 3. Minimum L-10 life per ABMA Standards: 50,000 hours 4. No external cooling allowed. 5. Removable bearing housings shall be bolted and doweled to bearing brackets that are cast integral with the pump lower half casing. 2.6 SEALS AND ACCESSORIES A. Stuffing box/seal boxes sealed with cartridge type mechanical seals: 1. Discharge head shall be fitted with a mechanically sealed type stuffing box arranged for fresh-water flush of stuffing box flushing water supply from pump volute(API Plan 11). 2. Shaft Sleeve: a. Section of line-shaft that extends through or into the stuffing box shall be fitted with a replaceable 316 stainless steel sleeve that extends beyond the face of the stuffing box far enough to accommodate the total length of the mechanical seal. b. Sleeve shall be held to the shaft with threaded section or set screws to prevent rotation and shall be sealed to prevent leakage between the shaft and the sleeve. C. Minimum shaft sleeve thickness: 1/4 inch 3. Seal: Hydraulically balanced, self-aligning faces and threaded port for flushing/venting. a. Stationary design. b. Capable of handling full vacuum to 150 psi. C. All components shall be split. 4. Seal materials of construction: 316 stainless steel for all wetted parts and Hastelloy C springs. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14- 10 100%Submittal 0515-239525 9/16/20 5. Seal faces shall be of carbon rotating face and silicon carbide. 6. Isolate springs from the pumpage. 7. Ensure that shaft movement and seal chamber pressures at all specified operating conditions are fully compatible with the mechanical seal system provided. 8. Dynamic O-rings shall be on the shaft sleeve O.D. and seal to a micro polished surface to eliminate hang up and hysteresis. a. O-rings shall be Viton®or compatible with the fluid being pumped. b. The gland shall be of a universal design to fit varied bolt sizes and circles. C. The gland shall have a minimum of one tapped flush/by-pass port that can be rotated 360 degrees to accommodate flush piping. d. Stuffing box/seal box sealed with single-piece mechanical seal. 9. Throat Bushing: a. Install a nickel aluminum bronze throat bushing in the bottom of each stuffing box to throttle flow out of seal area. b. System shall be configured in accordance with flushing system,API Plan 11. C. Bypass tubing shall be Copper Type K annealed. 10. Provide stuffing box with cartridge mechanical seal manufactured by: a. A.W. Chesterton Model 155. b. Equal by John Crane. C. Equal by Flowserve. d. or equal. 2.7 OPERATION A. Motors: 1. Pump Drive: a. Horizontal inverter duty rated, premium efficiency, squirrel cage induction electric motor with a maximum horsepower and speed as specified in 2.3 above. Service Factor of 1.15. b. Motors shall meet requirements of specification Section 260550. C. Provide winding temperature detectors for each motor. Winding temperature detectors shall be a factory installed, embedded, bi metallic switch type with leads terminating in the main conduit box. This device shall protect the motor against damage from overheating caused by single phasing, overload, high ambient temperature, abnormal voltage, locked rotor, frequent starts or ventilation failure. The switch shall have normally open contacts. Not less than three detectors shall be furnished with each motor. d. Enclosure: Severe Duty,Totally Enclosed Fan-Cooled TEFC e. Provide 120 V motor space heaters f. Meet requirements of Section 400593. g. Provide thrust bearing capable of handling both mechanical and hydraulic thrust of the pump. It. Bearings will be anti-friction, grease lubricated type. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14- 11 100%Submittal 0515-239525 9/16/20 i. Minimum L-10 life per ABMA Standards: 50,000 hours 2. Pump Motors: Suitable for driving the pumps continuously over the entire pumping range. Furnished by the Manufacturer. Constructed and guaranteed to withstand pump reverse runaway speed equal to 150 percent of synchronous speed or the runaway speed that would occur at an applied head equal to the head at the best efficiency point, whichever is higher. 3. All lubrication fittings shall be brought to the outside of all equipment so that they are readily accessible from the outside without the necessity of removing covers, plates, housings, or guards, or without creating falling hazards. Fittings shall be buttonhead type. Lubrication fittings shall be mounted together wherever possible. Pressure grease- lubricated fittings shall be the "Zerk Hydraulic" type or the "Alemite" type. Housings of grease-lubricated bearings shall be automatically exhausted to the atmosphere to prevent excessive greasing. 4. Motors shall be mounted to the Baseplate with Heavy Hex Grade 8 bolts, nuts and washers torqued to the Manufacturer's recommended value. B. Motor to Pump Coupling: 1. Pump drive shaft shall be directly connected to the motor by means of a Falk or equal all metal flexible coupling, suitably sized to transmit the required driving torque and axial unbalanced thrust. C. Variable Frequency Drives: 1. Speed control for variable speed pumps will be Variable Frequency Drives, as specified in Section 262923 , suitable for installation as indicated on the Drawings. 2. Provide by the Manufacturer 3. Coordinate with pumps and pump driving motors. 4. Include all internal auxiliaries required to meet the functional specifications. 5. Design for a speed range of 70 percent to 100 percent of full load motor speed. 6. Incorporate components to receive temperature data from the pump motor. 2.8 SHOP PAINTING A. Prepare, shop-prime and finish-coat each piece of equipment in accordance with the Manufacturer's standard practice prior to shipment. B. Colors shall be Manufacturer's standard. Coating for Variable Frequency Drives shall be as specified in Section 262923 "Variable-Frequency Motor Controllers." Furnish adequate supply of touch-up paint from the Manufacturer. C. Clean all interior and exterior surfaces of pump of all rust, mill scale, grease, dirt, other foreign matter and provide Manufacturer's standard epoxy coatings. Field painting shall be provided by Contractor in accordance with Division 09 Specifications. D. All coatings on wetted surfaces shall be epoxy type and shall comply with AWWA E-103, ANSUNSF 61 and ANSUNSF 372 for use with drinking water systems. Surface preparation shall conform to the coating manufacturer's recommendations. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14- 12 100%Submittal 0515-239525 9/16/20 E. Protect all nameplates during painting. 2.9 ACCESSORIES A. Nameplates: 1. Each major piece of equipment shall be furnished with a stainless-steel nameplate (with embossed data or equivalent) securely mounted to the body of the equipment. 2. At a minimum, the nameplate for the pumps shall include the Manufacturer's name and model number, serial number,rated flow rate, head, and speed. 3. At a minimum, nameplates for motors shall include the manufacturer's name and model number, serial number, horsepower, speed, input voltage, amps, number of cycles and power and service factors. 4. Nameplate information for the variable frequency drives shall include the manufacturer's name and serial number, input speed, voltage, current and frequency and horsepower at full load. PART 3 -EXECUTION 3.1 PREPARATION A. Take all necessary measurements in the field to determine the exact dimensions for all work and the required sizes of all equipment under this Contract. All pertinent data and dimensions shall be verified. 3.2 INSTALLATION A. Install in strict accordance with the Manufacturer's instructions and recommendations in the locations indicated on the Contract Documents and pump shop drawings. Provide required oil and grease for initial operation in accordance with the Manufacturer's recommendations. 1. If the Contractor does not provide qualified installation staff (i.e. certified by pump Manufacturer) on the job during the pump installation, the Engineer may direct the Contractor to provide the services of a Manufacturer's factory representative to give the necessary instructions to ensure a proper installation. 2. Connection of piping to pumps shall be done in the presence of the Engineer. All piping connections to the pump shall be done without bending and/or twisting the piping to mate with the pump flange connections. 3. A certificate from the Manufacturer shall be submitted stating that the installation of their equipment is satisfactory, that the equipment is ready for operation, and that the Owner's operating personnel have been suitably instructed in the operation, lubrication and care of each unit. B. Mechanical equipment, including electric motors shall be supplied and installed in accordance with applicable OSHA regulations including requirement for guards on all rotating assemblies. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14- 13 100%Submittal 0515-239525 9/16/20 3.3 ATTACHMENT A. Rigidly and accurately anchor pump base plate, precisely leveled and aligned, so that the completed installation is free from stress or distortion. B. Proportion baseplate to support each entire pump/motor assembly and the loads (including the results of the dynamic vibration analysis) to which it may be subjected during operation. C. Provide anchor bolts, plates, nuts and washers and conform to the recommendations and instructions of the Manufacturer. D. Pump Manufacturer shall validate base plate installation by on-site inspection during installation. E. Bolt pump base plate to the concrete foundation 1. Bolts and Washers: Type 316 stainless steel sleeve type cast-in. 2. Nuts on Stainless Steel Anchor Bolts: Monel. 3. Anti-Seize Compound: Molybdenum disulfide base Molycoat G or approved. 4. Anchor bolt configuration and installation in accordance with API RP 686 and ACI 318- 08. F. Pump Support/Anchors and Associated Accessories: 1. Support pump on anchor bolts and located as indicated on the Drawings. 2. Provide special slings, strongbacks, or other devices necessary to handle the pump during loading, unloading, erection, installation, and subsequent disassembly. 3. Install, level and grout base plate in accordance with API RP 686, Chapter 5 —Mounting Plate Grouting. 4. Provide jacking bolts and Five Star non-shrink epoxy grout for leveling pump base plate assembly. Back leveling jacking bolts off after grouting so that they do not support any of the load. 5. Provide anchor bolt layout to aid in placement of anchor bolts. 6. Use of shims or leveling nuts on anchor bolts is specifically prohibited. 7. Grout for use under the base plate: Five Star DP Epoxy Grout, an expansive, non-shrink, low exothermic epoxy system, or approved equal, mixed and applied according to the Manufacturer's directions to a thickness as specified under Grout Placement. Manufacturer's representative required to be present during the pouring of the epoxy grout. 8. Use of rigid non-absorbing formwork and a head box are mandatory. 9. Cover surface of formwork in contact with epoxy grout with a layer of paste wax. 10. Clearance between the concrete surface and bottom surfaces of the base plate shall be per Manufacturer's recommendation. 11. Grout Placement: a. Chip concrete in contact with epoxy grout to present a slightly rough surface and remove the laitance. b. Clean surface of all dust,moisture and oil. C. Place 1-inchminimum diameter by 0.25-inch thick stainless-steel disk, with full radiused edges under each jack bolt. d. Place thin layer of leveling grout under metal. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14- 14 100%Submittal 0515-239525 9/16/20 e. Radius metal edges in contact with the epoxy grout to a minimum 0.5-inchradius to prevent stress risers in the epoxy grout. f. Place plastic vent tubes under the base plate, sized and spaced per Manufacturer's recommendation,to vent air during grouting and prevent voids in the epoxy grout. g. Fill annular space between the anchor bolts and the anchor bolt sleeve with expanding urethane foam. h. Cover threads of both anchor bolts and jack bolts in contact with the grout with paste wax and a layer of duct tape. i. After all alignment tolerances are met, tighten anchor bolts to prevent movement during the pour. j. Epoxy grout shall not be allowed to extend above the top edge of the base plate (or drip rim). k. Remove the jack bolts after the epoxy grout has fully cured, within 24 to 48 hours after pouring, and tighten anchor bolts to torque levels recommended by the Manufacturer. 1. Coat threaded jack bolt holes with grease and remove paste wax and duct tape then reinsert and secure in position with a lock nut to within 0.25 inch of the bottom of the hole. in. After grouting,patch chipped edges to present a smooth finish. 3.4 INSPECTION AND TESTING A. General: 1. The Engineer shall have the right to inspect any equipment to be furnished under this Section prior to their shipment from place of manufacture. 2. Engineer shall be notified in writing no fewer than ten working days prior to the factory performance test, so that arrangements can be made for inspection by the Engineer. 3. Field tests shall not be conducted until such time that the pumping system, including controls, is complete and ready for testing. B. Factory Pump Testing: 1. Job pump(s) and motor(s) shall receive non-witnessed factory tests. 2. Factory test each pump as described in ANSI/HI 14.6, American National Standard for Rotodynamic Pumps for Hydraulic Performance Acceptance Tests. 3. Manufacturer shall perform hydrostatic test on the pressure-containing parts in accordance with ANSI/HI 14.6. Test shall be conducted on each pump prior to shipment. 4. Visually inspect cast surfaces of all components per MSS SP-55. 5. Factory pump tests shall be the basis of acceptance of the hydraulic performance of the pumps. Manufacturer shall factory test all pumps prior to shipment in accordance with the Hydraulic Institute standards. Flow rate, total head, efficiency and input KW shall be tested and recorded for at least five points on the pump performance curve. Test shall be performed to demonstrate that the pumps meet ANSI/HI 14.6, acceptance grade 1 U for specified (intermediate) design point and acceptance grade 1 E for the other specified points. The five points shall include the points specified in Article 2.3. If any pump tested fails to meet any specification requirement it will be modified until it meets all specification requirements. If any pump tested fails to meet the flow rate, head or efficiency requirements for any of the conditions listed in Article 2.3 of this specification Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14- 15 100%Submittal 0515-239525 9/16/20 and all reasonable attempts to correct the inefficiency are unsuccessful, the pump(s) shall be replaced with a unit(s)that meets the specified requirements. 6. Submit certified pump performance curves, including total head, flow rate, pump efficiency and total brake horsepower for each pump supplied. The test curves shall include the MCSF, AOR and POR markings that meet or exceed the submittal performance curve data. Test data shall be submitted for approval by the Engineer prior to shipment. 7. One pump shall be tested to demonstrate NPSH3 versus flow rate at the specified design pump speed. 8. All meters, gauges, and other test instruments shall be calibrated within the manufacturer's established time period prior to the scheduled test and certified calibration data shall be provided. If the Manufacturer has no ISO standard calibration period, Hydraulic Institute Standards shall govern. 9. The pumps shall be tested at 100 percent of the design speed. Reduced speed curves will be determined using affinity laws. 10. Each pump shall be tested through the specified range of flow, and head/flow rate/ efficiency curves plotted at maximum output speed. During each test, the pump shall be run at each head condition for sufficient time to accurately determine flow rate, head, power input, and efficiency. In addition, during the tests, the overall efficiency shall be determined at each test point. The pump under test shall be modified until the specified conditions are met or replaced with a pump that will meet the specified conditions. C. Field Testing: 1. In the presence of the Engineer, necessary tests shall be performed to indicate that the pumps, variable frequency drives and motors generally conform to the operating conditions specified (flow rate, total head,). The factory testing specified above will be the basis of performance acceptance. A 30 day operating period of the pumps will be required before acceptance. If pump performance does not generally agree with the factory test results, corrective measures shall be taken, or the pump shall be removed and replaced with a pump that satisfies the conditions specified. Provide, calibrate and install all temporary gauges and meters,make necessary tapped holes in the pipes, and install all temporary piping and wiring required for the field acceptance tests. Written test procedures shall be submitted to the Engineer for approval no fewer than 30 days prior to testing. 2. When full speed operation can be accomplished, and in the presence of the Engineer, perform vibration tests in accordance with ANSI/HI 9.6.4 on each unit by a minimum level III qualified vibration technician as defined by Vibration Institute or equivalent to (a) demonstrate compliance with specified limitations, and (b) demonstrate that there are no field installed resonant conditions due to misaligmnent, the foundation, or the connecting piping and its supports, when operating at any speed within the specified operating range. 3. Motor tests: a. Prior to any pump mechanical test, the Contractor shall megger each motor winding before energizing the motor, and, if insulation resistance is found to be low, shall notify the Engineer and shall not energize the motor. b. Prior to any pump mechanical test, the Contractor shall check all motors for correct clearances and alignment and for correct lubrication in accordance with the motor manufacturer's instructions. The Contractor shall check direction of rotation of all motors prior to any pump mechanical test and reverse connections, if necessary. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14- 16 100%Submittal 0515-239525 9/16/20 C. The Contractor shall meet all the testing requirements as specified herein. 4. If required, take corrective action and have the units retested to ensure full compliance with the specified requirements. All costs associated with the field tests or any required corrective action shall be borne by the Contractor. 3.5 MANUFACTURER SERVICES INCLUDING OPERATING INSTRUCTIONS A. Operating and Maintenance Manual: 1. Operating and maintenance manual shall be furnished by the Manufacturer to the Engineer as provided for in Section 017823. The manuals shall be prepared specifically for this installation and shall include all required cuts, drawings, equipment lists, description, etc. that are required to instruct operating and maintenance personnel unfamiliar with such equipment. The maintenance instructions shall include trouble shooting data, full preventative maintenance schedules, and complete spare parts lists with ordering information. B. Installation Inspection and Startup: 1. The Contractor shall include in his bid price the services of a Manufacturer's factory representative who has complete knowledge of proper operation and maintenance shall be provided to instruct representatives of the Owner and the Engineer on proper operation and maintenance. This work may be conducted in conjunction with the inspection of the installation and start-up. If there are difficulties in operation of the equipment because of the Manufacturer's design or fabrication, additional service shall be provided at no additional cost to the Owner. The listed service requirements are exclusive of travel time and shall not limit or relieve the Contractor of the obligation to provide sufficient service necessary to place the equipment in satisfactory and functioning condition. Also refer to additional requirements in PART 3 of this Section. 2. In Paragraph"2."below, either include the bracketed text or use the bracketed text in "3" tailored to the application. Coordinate with installation inspection requirements in Paragraph 3.2 F for grout, alignment, etc. Discuss with pump specialist if questions. 3. Installation inspection: Complete review of installation in accordance with Section 014523. Provide written certification that the installation is complete and operable in all respects, and that no conditions exist which may affect the warranty. The Manufacturer shall supply the installation inspection services of an experienced Manufacturer's factory representative to verify the proper pump installation. 4. Qualified supervisory services, including Manufacturers' Factory representatives, shall be provided to ensure that the installation is done in a manner fully approved by the Manufacturer. The Manufacturer's factory representative shall specifically approve the installation and alignment of the pump with the motor, the grouting, and the alignment of the connecting piping and the installation of the field installed packing or mechanical seal. If there are difficulties in the start-up or operation of the equipment due to the Manufacturer's design or fabrication, additional service shall be provided at no additional cost to the Owner. Services of the Manufacturer's factory representative and training shall be provided when the first pump is started, with follow-up visits upon start-up of each subsequent pump. a. Minimum time on-site shall be one 8-hour day per pump station. Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14-17 100%Submittal 0515-239525 9/16/20 5. Start-Up: Provide written report, summarizing test procedures, tested and measured variables (flow rates, total heads, shaft-speed, vibration measurements, alignment check, etc.): a. Minimum time on-site shall be one 8-hour day per pump station. C. Training: 1. Field and classroom instruction on operation and maintenance of the equipment, including start-up, shut-down troubleshooting, lubrication,maintenance and safety. 2. The Manufacturer shall provide detailed manuals to supplement the training courses. The manuals shall include specific details of equipment supplied and operations specific to the project. 3. The Manufacturer shall make use of teaching aids, manuals, slide/video presentations, etc. After the training services, such materials shall be delivered to Owner. a. Minimum time on-site shall be one 8-hour day per group of identical pumps. D. The Contractor alone shall be responsible for requesting these services and shall coordinate these requests with all other relevant trades, to ensure the effectiveness of the Manufacturers' service. In the event that the lack of coordination by the Contractor results in the need to recall the Manufacturer's factory representative, the lost time shall not be counted against the above days. END OF SECTION 432321.14 Westside WTP Plate Settler Expansion Project Axially Split Case Pumps City of Fort Worth 432321.14- 18 100%Submittal 0515-239525 9/16/20 SECTION 464376—STAINLESS STEEL INCLINED PLATE SETTLERS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Furnish all labor, materials, equipment, and installation, startup, and testing assistance required for the installation and testing of a complete and operational new plate settler system as described herein. The new plate settler system shall be added as an extension to the existing Meurer Research Inc. (MRI) plate settlers in the three sedimentation basins as shown on Drawings. All installation, and all necessary equipment, materials and labor for the related work, shall be performed and furnished by the General Contractor. B. Section includes an inclined plate settler system, including: 1. Integrated side baffles. 2. Perforated stiffeners. 3. Collection launders. 4. Support structures. 5. End baffles. 6. Mounting brackets. 7. Anchor bolts 8. Fasteners. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 ACTION SUBMITTALS A. Scope of Supply and Product Data: Plate settling system brochures,data sheets,and complete list of furnished items specific to the project.List clearly any deviations from the contract documents. Deviations may not be approved if found unacceptable to the Engineer. B. Certified Shop Drawings for complete plate cartridges, plates, effluent launders, baffles, weirs and support structures and components: 1. Include plans, elevations,sections, and mounting and attachment details. 2. Include cross sections and details as to show all components are in conformance with the intent of this Section and meet the design and physical arrangement requirements. Details Westside WTP Plate Settler Expansion Project Stainless Steel Inclined Plate Settlers City of Fort Worth 464376- 1 100%Submittal 0515-239525 9/16/20 to also show design and location of all connections to adjacent structural,mechanical items, foundations, anchor bolts, stainless steel supports, piping, conduits, and adjustable components. 3. Include details of equipment assemblies. Indicate all dimensions, weights, loads, loads at supports,required clearances,method of field assembly,components,and location and size of each field connection. Dimensions shall show overall size and space requirements including that for installation, leveling dismantling and maintenance. 4. Clearly indicate areas of the plate settler top assembly required to be suitable for specified live loads and maintenance traffic. 5. Fabrication and assembly details of the inclined plate settlers. 6. Cut-sheets describing sub-components with the specific components highlighted. 7. Include drawing details for connection and proper seals at transitions of new plate settler systems to existing settler systems. 1.5 INFORMATIONAL SUBMITTALS A. Design calculations for complete range of flow conditions: 1. Design velocity 2. Inlet velocity 3. Velocity through plates 4. Velocities at flow control points: a. Top of plates b. Inlet to trough 5. Critical depth in troughs and extensions B. Hydraulic data: 1. Head loss calculations signed and sealed by a registered Texas Professional Engineer at design,maximum, average and minimum flows: a. Through plate settling units. b. Effluent launders. C. Include head loss values on profiles for each. 2. Hydraulic profile showing water levels throughout the basin from influent to effluent for the entire flow range. 3. Submit maldistribution calculations showing variation in plate loading due to basin losses and installation tolerances. C. Weight of equipment and its distribution on the supports; Structural calculations and design of the entire plate settler system and supports sealed by a registered Texas Professional Engineer. Structural design calculations for all support frames and beans shall be prepared by the manufacturer and signed and sealed by a licensed Texas Professional Engineer. The structural calculations shall demonstrate that the plate packs/cartridges, frames, flumes,partition walls, and other components of the plate settler system have been adequately designed to withstand all Westside WTP Plate Settler Expansion Project Stainless Steel Inclined Plate Settlers City of Fort Worth 464376-2 100%Submittal 0515-239525 9/16/20 applicable forces without damage. The structural calculations shall demonstrate that the plate pack anchorage to the basins is adequate to restrain the plate settler system from all applicable forces without damage to the system and basins.Applicable forces for designing the plate settlers and anchoring systems shall include gravity, seismic,buoyancy,water submergence, ice,water sloshing, and wind forces per criteria specified in the Contract Documents. The design shall withstand all loads in the submerged and non-submerged conditions. Connection hardware and anchor bolting sizing will be included in the calculations. D. Calculations confirming that the troughs will not deflect more than 1/360 the span under the maximum load. A maximum load shall be defined as the dead load plus the live load generated by an empty trough in a full basin or a full trough in an empty basin. The calculations shall be prepared, signed and sealed by a Texas registered Professional Engineer. E. Certificate of NSF standard 61 certification of the proposed inclined plate settlers. F. Certification that welders are AWS-qualified for show and project site welding of stainless steel plate and pipe (6G position). Furnish copies of current welding certificates. G. Standard warranty statement. H. Warranty statement: A statement of the terms of the warranties per project requirements. I. All ancillary equipment to be provided by the manufacturer shall be listed. J. Complete storage instructions for all equipment and parts to insure proper protection against i damage and deterioration during prolonged storage at the site. K. Samples: For each exposed product and for each color and texture specified. 1.6 CLOSEOUT SUBMITTALS A. Operation and maintenance manual B. List of spare parts which should be purchased and kept on hand. C. All ancillary equipment to be provided by the manufacturer shall be listed. D. Submit the manufacturer's certificate of proper installation and field testing. E. Maintenance Material Submittals: 1. All special tools and the manufacturer's standard set of spare parts. 1.7 QUALITY ASSURANCE A. All items of equipment described in this section shall be manufactured by a single manufacturer regularly engaged in the production of this equipment. Westside WTP Plate Settler Expansion Project Stainless Steel Inclined Plate Settlers City of Fort Worth 464376-3 100%Submittal 0515-239525 9/16/20 B. Manufacturer Qualifications: 1. In continuous business for a period of at least 10 years. 2. 10 years' experience in the design and building of high-rate, laminar flow clarification equipment comparable or higher to loading rates proposed for this installation. 3. NSF standard 61 certification of the inclined plate settlers. C. Along with bid, provide a list of at least 10 installations of high-rate, laminar flow clarification equipment used in municipal applications. 1. Include names and phone numbers of references to be contacted. 2. Provide flow capacity size and spacing of equipment and loading rates of each installation. D. Engage a qualified representative of the manufacturer to serve as a field technician during the installation of the inclined plate settlers and appurtenances. 1.8 DELIVERY, STORAGE AND HANDLING A. Delivery: 1. All equipment parts shall be properly protected so that no damage or deterioration will occur during shipment 2. Ensure that plates, troughs and related appurtenances do not warp, bend or buckle prior to installation. 3. Ship plate cartridge packs on flatbed trucks to allow access by crane provided by the Contractor. 4. Do not disassemble factory assembled parts or components for shipment,unless written permission to do so is provided in writing by the Engineer. B. Storage: 1. Store and protect in accordance with recommendations provided by the manufacturer. 2. Protect unpainted finished iron and steel surfaces against rust and corrosion. Manufacturer shall be responsible for establishing minimum standards for protection of equipment and materials. Warped or bent plates will not be accepted for installation. 3. Prevent prolonged delay in storage which can result in rust. 1.9 WARRANTY A. Manufacturer's Warranty: Manufacturer agrees to repair or replace components of inclined settler plates that fail in materials or worlananship within specified warranty period. 1. Warranty Period: two year(s) from date of Substantial Completion including Owner's Acceptance. Westside WTP Plate Settler Expansion Project Stainless Steel Inclined Plate Settlers City of Fort Worth 464376-4 100%Submittal 0515-239525 9/16/20 PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Products: Subject to compliance with requirements, provide inclined plate settlers from one of the following manufacturers: 1. Meurer Research,Inc. (MRI, i.e. existing plate settler manufacturer) 2. Jim Meyers & Sons, Inc. (see performance, hydraulics guarantee and warranty requirements if extending and mating existing plate settlers with other manufacturer's plate settler equipment.) 2.2 SYSTEM DESCRIPTION A. Settling basins:Number and dimensions as shown in the Drawings. B. Provide plate settling equipment that will provide the maximum settling performance. C. The inclined plate settler system shall comprise the following elements: 1. Stainless steel plates and SST frames with integral side baffles or stiffeners. 2. Stainless steel effluent collection troughs with adjustable weirs. 3. End baffles or other form of hydraulic control. End baffles to extend minimum 6-inch above maximum water level in basins at 13.1 mgd future flows per basin and prevent cross contamination. 4. Stainless steel support beams: span the basin to support the ends of the plate cartridge packs. a. Sized and provided by the manufacturer. 5. All stainless-steel wall mounted brackets. 6. Structural design of the system to provide: a. Structural surface grating to absorb hydraulic impact(during washdown). b. Operator access. C. A surface for foot traffic. d. Added UV protection to plate settler area to meet loading requirements. D. Additional plate settlers: 1. Plate settlers and framing shall be designed and arranged for accommodating a future expansion to a design flow of 13.1 MGD per basin by the addition of plate modules and connecting to the as-installed existing plate settler system from the current and previous project/s. 2. Future expansion to not affect current installation of settlers. Westside WTP Plate Settler Expansion Project Stainless Steel Inclined Plate Settlers City of Fort Worth 464376-5 100%Submittal 0515-239525 9/16/20 E. Existing plate settlers have been designed at 0.35 Gallons per Minute/Square Foot. Contractor and Manufacturer's representative shall field verify materials and dimensions of the existing in- service plate settler system and coordinate with the Manufacturer/application engineer prior to submission of shop drawings for the plate settler expansion. 2.3 PERFORMANCE REQUIREMENTS A. Plate Settlers: 1. Design maximum flow(proposed process expansion): 7.91 MGD per Basin x 3 Basins 2. Minimum flow: 4.0 MGD per Basin x 3 Basins 3. Maximum flow(Hydraulic-future): 13.1 MGD per Basin x 3 Basins 4. Influent Turbidity: Maximum: 50 NTU Average: 10.6 NTU 4. Required Effluent Turbidity: <1 NTU 5. Maximum Effective Rise Rate/Loading(SLR): 0.35 Gallons per Minute/Square Feet 6. Allowed Plate Efficiency at SLR: 90% 7. Maximum allowable flow maldistribution (between first and last rack in a given row of plate packs): 5 % 8. Minimum Plates and Cartridges to be added: [2 Cartridges x 110 plates ea.] per Basin x 3 Basins as shown on Drawings OR [6 cartridges x 38 plates ea.] per Basin x 3 Basins. B. Plates: 1. Operate in counter-current mode with clarified water flowing upward while settled solids move down. 2. Incoming water fed near the lower end of the plate from the side to allow the settled solids to fall to the floor of the clarifier without being re-entrained by the incoming flow. 3. The plates shall be inclined at an angle of 55' from the horizontal. Additional plates to matching existing plate settler system. The plate settlers shall have no moving parts. 4. Plates arranged in cartridges or packs on cross beams. 5. Effluent flow at top of plates to be removed at more than one point to ensure even distribution across the full width of each plate. 6. Effluent troughs located to the side of the plate rows (cartridge). 7. Plates installed such that the units are accessible for washdown and maintenance. 8. Operator able to walls on to the plates or surface grating at any time,even during operation, without the need to remove any components. 9. Entire top of each plate settler to be visible for inspection. 10. Plate cartridge packs shall be self-supporting and meet the following Structural performance: a. Minimum Live Load: 30 Pounds per Square Foot per Plate b. Deflection Limit for system structure,plates, troughs: L/360 C. Minimum Concentrated Load on the flow deck(top tubes) or top edge of plates: 300 Pounds 11. Additional plate dimensions to match existing basin plate settler systems. Westside WTP Plate Settler Expansion Project Stainless Steel Inclined Plate Settlers City of Fort Worth 464376-6 100%Submittal 0515-239525 9/16/20 12. Combined plate loading from existing settlers and additional plate settlers to match loading rate specified above. C. Troughs: 1. Dimensions: As shown on the Drawings. 2. Additional troughs added to the basins shall match dimensions and profiles of existing troughs. Troughs shall have a depth as required to maintain a minimum 3-inch freefall into each trough size, at the maximum future flows in each basin. 3. Trough weirs shall be of the flat plate type to match existing plate settlers. V-notch weirs are not acceptable. 4. All brackets,trough supports, reinforcing sections, stiffeners,flanges,weirs and fasteners shall be of T-304 stainless steel. "Anti-seize" shall be used on all stainless steel hardware. D. Structural support system: 1. The manufacturer to provide Type 304 stainless steel beams to support the plate settler cartridge packs. 2. Support frames and beams shall be adequately sized to carry the load of the plate settling system under both wet and dry conditions without exceeding a maximum deflection of L/360 of the span. Support beams must be designed to span from wall to wall,with no connection to floor or clarifier mechanism center well. Coordinate with the clarifier mechanism center well and rake arms. 3. The manufacturer will be required to coordinate the structural details of the design with the Engineer and the General Contractor. This will be required to determine the final location of beams,wall openings, sludge collection mechanism and other design details which may affect the supply of structural support components. 4. Anchor bolts shall be furnished by the equipment manufacturer based on their design anchorage and support locations, calculation of drained-basin and buoyant and dynamic loadings due to design flowrates specified herein. 2.4 MATERIALS A. Plates: 1. Stainless Steel conforming to AISI Type 304; Minimum 24 Gauge thickness B. Effluent Collection Troughs: 1. Material: Stainless Steel T-304;Minimum 16 Gauge thickness C. Structural Support System: 1. Beams,brackets, trough supports, reinforcing sections, stiffeners, flanges,weirs,baffles and fasteners shall be of T-304 stainless steel. 2. "Anti-seize"shall be used on all stainless-steel hardware. Westside WTP Plate Settler Expansion Project Stainless Steel Inclined Plate Settlers City of Fort Worth 464376-7 100%Submittal 0515-239525 9/16/20 D. Surface Grating: 1. Surface on top of the plate cartridge packs to protect them from damage from foot traffic, washdowns, and UV radiation. 2. Comprised of square mesh openings,molded together to provide a strong and light-weight panel. 3. Material to be NSF approved,UV stabilized for inhibiting UV degradation under extended exposure to the sun. 4. Material inert and resistant to naturally occurring constituents in the water. PART 3 -EXECUTION 3.1 INSTALLATION A. Install inclined plate settlers in accordance with the Drawings and in strict accordance with manufacturer instructions. B. Install anchorage using tools and hardware recommended by the manufacturer, following templates and patterns required for setting and anchorage. C. The Contractor and Manufacturer are responsible for ensuring that the plate settler system shall be properly coordinated for all basins, between existing and new plate settler systems, and will function as a unit in accordance with these Specifications. D. Install and level plate pack units and troughs in accordance with the manufacturer's recommendations and as shown on the Drawings.All plate settler support's anchor locations shall be leveled to within +/- 1/8 of an inch. Deflections shall be withing manufacturer's specified limits. Adjustments shall be made to equipment levels and elevations after the basins have been filled with water. E. Submit a certificate stating that the installed equipment has been examined and found to be in complete accordance with the manufacturer's requirements, that the equipment is ready for operation and that the operating personnel have been suitably instructed in the operation and maintenance of the equipment 3.2 PAINTING A. Entire plate settler system is stainless steel. Do not paint plates and related support systems. 3.3 FIELD TESTING A. After the equipment has been completely installed and the installation approved by the manufacturer's field technician. Westside WTP Plate Settler Expansion Project Stainless Steel Inclined Plate Settlers City of Fort Worth 464376-8 100%Submittal 0515-239525 9/16/20 B. The field test shall include the complete system. The equipment shall be field tested to verify that the performance of all system components conform to the design requirements in Part 2. C. Performed in the presence of the Manufacturer's representative field technician. D. Tests: in accordance with manufacturer's recommendations. Engineer may require any and all tests of the equipment which in his/her opinion may be necessary to demonstrate to his/her satisfactions that the equipment is installed correctly and is in proper operating condition free from defects or faults of any kind. Furnish all labor and incidentals required to conduct such tests and to correct to the full satisfaction of the Engineer any and all defects or deficiencies noted. E. Field technician to provide written report showing successful operation of the inclined plate settlers system F. Equipment to operate continuously for 30 days prior to acceptance. In the event the equipment fails to meet the requirements specified above,the necessary changes shall be made and the equipment retested. If the equipment remains unable to meet the specified requirements to the satisfaction of the Owner,the equipment shall be removed and replaced with satisfactory equipment at no cost to the Owner. END OF SECTION 464376 Westside WTP Plate Settler Expansion Project Stainless Steel Inclined Plate Settlers City of Fort Worth 464376-9 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Stainless Steel Inclined Plate Settlers City of Fort Worth 464376- 10 100%Submittal 0515-239525 9/16/20 SECTION 466113 -FILTER MEDIA PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: l. Filter media for water treatment. Each filter is 420.5 sq. ft. B. Related Sections: 1. 466123 "Filter Underdrain System." 1.3 COORDINATION i A. Section 013100 "Project Management and Coordination" specifies requirements for 4 coordination. B. Coordinate Work of this Section with Filter underdrain system included in Section 466123 "Filter Underdrain System." 1.4 PREINSTALLATION MEETINGS A. Section 013100 "Project Management and Coordination" specifies requirements for preinstallation meeting. B. Convene minimum one week prior to commencing Work of this Section. 1.5 ACTION SUBMITTALS A. Section 013300 "Submittal Procedures" for requirements for submittals B. Samples: Two 5 lb. samples of each lot of each material to be furnished along with lab data exhibiting specification compliance. The lot number shall be marked on each individual bag and sample, along with the date of sample. Lot tags and identifying data shall match the actual bulk materials supplied. C. Product Data: Filter Media data sheets indicating material, material source,unit weight, specific gravity,effective size,uniformity coefficient,porosity, gradation, absorption, solubility, physical properties, and other pertinent data specified or required to evaluate quality for each layer of material. D. Complete installation and placement procedures. Westside WTP Plate Settler Expansion Project Filter Media City of Fort Worth 466113- 1 100%Submittal 0515-239525 9/l 6/20 E. Complete media bed diagram showing placement on underdrain system F. Underdrain manufacturer's application engineer's PE certified compatibility letter validating the media is suitable for the underdrain system and project application 1.6 INFORMATIONAL SUBMITTALS A. An Affidavit of Compliance in accordance with latest AWWA B 100 and NSF No. 61. Submit copy of ANSI/NSF 61 certificate with the Affidavit compliance. B. Certified Test Results performed on all media by an independent testing laboratory exhibiting the required product data and gradation as specified herein. Coordinate pre-shipment testing and submittal of test data for review prior to shipment. Documentation for each shipped container/superbag shall be individually identified/marked with data for verification of approved pre-shipment test data. Containers that cannot be correlated to pre-shipment testing data for verification purposes will be rejected. C. Evidence of Manufacturing Experience. D. Certification of Quality Control Program. E. Backwash rate, expansion,and temperature curve data F. Headloss data for filter media in forward filtration as well as backwash modes specifically created for the project media depths. G. MSDS for the filter media system. 1.7 CLOSEOUT SUBMITTALS A. Section 017700 "Closeout Procedures" specifies requirements for submittals. B. Project Record Documents: Record actual locations of the elevation of the top surface of each type of media in each filter. C. Operation and Maintenance Data: Submit storage and protection procedure for all filter media. 1.8 MAINTENANCE MATERIAL, SUBMITTALS A. Furnish stock for each media type as necessary to account for all losses during skimming and backwashing as required for the installation procedures specified in Part 3 of this Section. B. Supply sufficient media for one filter cell as maintenance stock/additional plant inventory. Inventory media shall be supplied in waterproof bags (100 lbs maximum size)which are stamped with the media type and size. Inventory media shall be stacked neatly for storage where directed by the Engineer. 1.9 QUALITY ASSURANCE A. Manufacturer: 1. All the media by a single supplier. Westside WTP Plate Settler Expansion Project Filter Media City of Fort Worth 466113-2 100%Submittal 0515-239525 9/16/20 2. Minimum 10 years of current and continuous experience in the production of such media. 3. Submit a list of minimum 10 operating facilities having similar media. B. Quality Control and Testing: 1. Provide a qualified testing laboratory, approved by the Engineer/Owner, experienced in testing filter media materials. 2. Required testing: Owner may perform additional testing at Owner's expense and Contractor shall permit and assist sampling as required. a. Grain Size Distribution Analysis. b. Acid Solubility. c. Average Apparent Specific Gravity. d. Effective Size and Uniformity Coefficient. 1) Hardness (Moh Scale). 2) Gravel Porosity 3. Pre-Shipment Tests: a. Sampling and testing in accordance with AWWA B 100. b. Perform tests on samples obtained directly by the approved testing laboratory in accordance with AWWA B100. c. Provide certified copies of all tests performed by laboratory. 4. Receipt Tests: a. Sampling and testing to be performed in accordance with AWWA B 100, on material delivered to the site. b. Perform tests on samples obtained directly by the approved testing laboratory in accordance with AWWA B100. 5. If the results of the Tests do not comply, the materials must be replaced. 1.10 DELIVERY, STORAGE AND HANDLING A. Delivery, storage and handling shall be in accordance with Section 016610. B. All media shall be properly protected against damage and deterioration during prolonged storage at the site. PART 2 PRODUCTS 2.1 MATERIALS A. Media l. Gravel and anthracite. 2. Comply with NSF No. 61 and AWWA B 100. 3. Suppliers: Westside WTP Plate Settler Expansion Project Filter Media City of Fort Worth 466113 -3 100%Submittal 0515-239525 9/16/20 a. Northern Gravel Co., Muscatine, IA. b. Xylem/Leopold, Inc. Zelienople,PA. c. Unifilt Corporation,Zelienople,PA. B. Gravel: 1. With Water only,Air Scour only, and Concurrent water and air scour Full Hourglass Standard 14-in Depth Design Design Gravel Size To 2-in 2-in 3/4-in by 1/2-in 2-in 2-in 1/2-in by 1/4-in 2-in 2-in 1/4-in by 1/8-in 2-in 2-in 1/8-in by No. 10 or 12 2-in 2-in 1/4-in by 1/8-in 2-in 2-in 1/2-in by 1/4-in Bottom 2-in 2-in 3/4-in by 1/2-in 2. 2. Provide gravel for the depth specified plus 3% extra at a minimurn. 3. The filter underdrain manufacturer to certify that the media gradation is appropriate or shall recommend changes to meet the requirements of the underdrain in forward filtration and backwash, air scour, and concurrent modes. Also, certify that the proposed gravel will provide media support and not permit media entrainment losses. 4. Gravel: a. Hard, round stone with an average specific gravity of not less than 2.5. b. Less than 1 percent by weight shall have a specific gravity of 2.25 or less. c. Less than 2 percent by weight of thin, flat or elongated pieces (pieces in which the largest dimension exceeds five times the smallest dimension) determined by hand picking. d. Free of shale, mica, clay, sand, dirt, loam and organic impurities of any kind. e. No iron or manganese in form or quantity that will adversely affect the filtered water. f. Acid solubility of less than 5 percent. 5. Porosity placed in each layer shall be between 35 and 45 percent. 6. Screen filter gravel through square mesh screens conforming to ASTM El 1. 7. Gravel finer and coarser than the designated size limits shall not exceed a total of 8 percent by weight of each gravel size. C. Anthracite: l. Crushed anthracite coal,virgin material clean and completely free from iron sulfides, slate, dust,dirt and foreign substances of any kind as it is placed on the filters. 2. Depth 50-inch plus minimum 2-inch skimming allowance and an additional inch or removal per Part 3 of this Specification. 3. Specific gravity of not less than 1.4 nor greater than 1.7. 4. Effective size of 1.2 mm to 1.3 mm. 5. Maximum uniformity coefficient of 1.4. Westside WTP Plate Settler Expansion Project Filter Media City of Fort Worth 466113-4 100%Submittal 0515-239525 9/16/20 6. Acid solubility less than 5 percent. 7. Hardness of not less than 3.0 on the MOH scale. 8. Gradation shall be as follows based on U.S. Standard sieves (ASTM E11): Sieve Size Percent Passing 10 93 to 100 40 0 to 2 9. Gradation shall be suitable to allow a minimum bed expansion of 30% of media depth required for effective backwash at maximum 20 gpm/sf backwash rate at the high water temperatures 90F and maximum limiting expansion of 50% of media depth at the maximum backwash rate at low water temperatures of 50F. Filter underdrain manufacturer shall certify that the media gradation will provide the expansion required at varying water temperatures for effective backwash. Also certify media underdrain compatibility in forward filtration and backwash, air scour, and concurrent modes PART 3 EXECUTION 3.1 QUALITY ASSURANCE: A. Conduct receipt tests in accordance with AWWA B 100. Failure of the samples to meet the specified requirements shall be cause for rejection. B. No plus tolerance will be allowed on any uniformity coefficients. The media supplier shall provide suitable shipment and/or make allowance for any degradation or segregation during shipping, so the delivered material meets these specifications for effective size and uniformity coefficient. C. Gravel and anthracite shall be transported,delivered and placed in a careful manner to exclude all dust, dirt, or deleterious material and to prevent physical damage to the particles. 3.2 PREPARATION A. Section 017300 "Execution" specifies requirements for installation preparation. B. Cleaning: Each filter box shall be thoroughly cleaned by brooming and vacuuming before any media is placed and shall be kept clean throughout the placement operation.No media shall be placed until the underdrain system manufacturer has certified the underdrain system to have been properly installed and adequately tested. 3.3 INSTALLATION A. Install gravel system in accordance with the filter underdrain manufacturer's specific detailed instructions. 1. Install gravel in the existing concrete filter box. B. Filter underdrain manufacturer shall provide supervision of gravel installation sufficient to ensure proper compliance with installation procedures. Westside WTP Plate Settler Expansion Project Filter Media City of Fort Worth 466113-5 100%Submittal 0515-239525 9/16/20 C. The bottom layer shall be placed carefully by hand to avoid damage to the underdrain system and to ensure a free passage of water and air from the nozzle slots or filter block orifices. D. Workmen shall not stand or walk directly upon the gravel, but upon boards or staging, so the weight of the workmen will not displace the gravel. E. Remove and replace any gravel which becomes mixed. F. The correct thickness of each layer shall be obtained as follows: 1. Before the gravel is placed,the top of each layer shall be marked on the side of the filter. 2. Level the top of each layer against a water surface held at the marked level. 3. None of the particles shall be less than half submerged, 4. There shall be no places where additional gravel can be placed without the particles extending more than 1/2 of their volume above the water surface. G. After all the gravel has been placed,repeatedly backwash until all dust and dirt has been washed out, as evidenced by no backwash water discoloration. H. Install anthracite in the existing filter box in accordance with the media supplier's specific instructions and AWWA B100, and the anthracite supplier to provide a representative to supervise the media installation sufficient to ensure proper compliance with the installation procedures. Place anthracite in two layers. After each layer is placed, backwash the bed to wash out dirt and allow the stratified fines to be skinned. I. Following the installation of the gravel and anthracite layers, 1. Backwash each layer for a total period of at least 30 minutes in order to stratify the bed and to wash out dirt. 2. This will require several separate, consecutive, backwashes at an expansion of not less than 30 percent followed by a slow closing of the washwater valve. 3. Adequate cleansing shall be evidenced by the absence of backwash water discoloration and turbidity below 0.5 NTU. 4. Add water to the filter very gradually,particularly with new media, as the air trapped in the underdrain and gravel can be very disruptive to the media. 5. Replace any media lost during testing and start-up beyond the skimming allowance. J. Following this backwash, the top 1-in of anthracite shall be removed and discarded, the surface leveled. Each media layer shall be similarly backwashed, leveled and scraped. K. The depth of media, as shown on the Drawings, shall be measured in place after backwashing and filtering for 1 hour. 3.4 DISINFECTION A. After placement of the filter media, and before the filters are placed in service, disinfect the entire depth of filter media and underdrain system in each filter. Filter disinfection shall be in accordance with the following procedure except as otherwise required by State or Local regulation: 1. Use only products approved for disinfection of potable water. Westside WTP Plate Settler Expansion Project Filter Media City of Fort Worth 466113-6 100%Submittal 0515-239525 9/16/20 2. With all other filter valves closed, fill the filter with water from the backwash system while simultaneously adding sufficient disinfectant(chlorine solution or sodium hypochlorite)to the incoming water to produce a concentration of at least 50 mg/1 of free chlorine in the filter box. 3. Close the backwash valve and allow the disinfectant to remain in the filter box. Maintain water level at the maximum water level of the filter for not less than 24 hours. Verify the free chlorine residual to be at least 25 mg/1 in the filter after 24 hours. Repeat backwash and disinfect until achieved. Dispose of backwash water in accordance with applicable regulations. 4. Upon completion of disinfection,backwash filter contents to remove all traces of the disinfectant solution. Dispose of backwash water in accordance with applicable regulations. 5. After at least one 30 minute backwash,fill the filter with pretreated water and put into normal service. 3.5 WATER FOR BACKWASHING A. Water for backwashing shall be obtained from Owner at Owner's standard billing rates. B. Water for backwashing shall meet potable water regulations. C. If backwash water is obtained from the Owner, Contractor shall coordinate time and usage with the Owner so as not to interfere with Owner's operations. END OF SECTION 466113 Westside WTP Plate Settler Expansion Project Filter Media City of Fort Worth 466113-7 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Filter Media City of Fort Worth 466113-8 100%Submittal 0515-239525 9/16/20 SECTION 466119 -FRP WASHWATER TROUGHS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes fiberglass-reinforced plastic(FRP)washwater troughs for filters. 1. All components which come in contact with the process water or chemicals to be added to process water shall have obtained ANSI/NSF 61 certification. B. Related Requirements: 1. Section 466123 "Filter Underdrain System". 2. Section 466113 "Filter Media". 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for washwater troughs. 2. Include rated capacities, operating characteristics,electrical characteristics, and furnished specialties and accessories. 3. Submit trough sizing charts and calculations supporting trough sizing for the design flow including freeboard for the round bottom troughs. B. Shop Drawings: Create submittal specifically for project. General representative drawings and data will be rejected. 1. Include plans, elevations, sections, and mounting attachment details. 2. Include details of equipment assemblies. Indicate dimensions,weights, loads,required clearances,method of field assembly, components, and location and size of each field connection. 3. Include strength test and physical properties. 4. Detail fabrication and assembly of washwater troughs. 1.4 INFORMATIONAL SUBMITTALS A. Coordination Drawings: drawn to scale, on which the following items are shown and coordinated with each other,using input from installers of the items involved: Westside WTP Plate Settler Expansion Project FRP Wash Water Troughs City of Fort Worth 466119- 1 100%Submittal 0515-239525 9/16/20 1. Washwater troughs showing mounting details for attachment to filter walls on the blind end as well as the outlet end. B. Submit copy of ANSI/NSF 61 certification. C. Field quality-control reports. 1.5 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For washwater troughs to include in operation and maintenance manuals. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: Documentation showing at least 5 years of experience in the fabrication and furnishing of washwater troughs. B. Installer Qualifications: An authorized representative who is trained and approved by manufacturer. C. Affidavit of Compliance: Provide an affidavit that all materials and work provided comply with the requirements of the latest AWWA F 101 Standards. 1.7 WARRANTY A. All equipment supplied under this section shall be warranted for a period of two years by the Contractor and the Manufacturer. Warranty period shall commence on the date of Substantial Completion. B. Refer to Division 01 for additional warranty requirements. C. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced in the machine(s) and the unit(s) restored to service at no expense to the Owner. D. The Manufacturer's warranty period shall run concurrently with the Contractor's warranty period.No exception to this provision shall be allowed. E. Manufacturer's Warranty: Manufacturer agrees to repair or replace products that fail(s) in materials or workmanship within specified warranty period. 1. Warranty Period: Two year(s)from date of Owner's Final Acceptance. PART 2 -PRODUCTS 2.1 MANUFACTURERS Westside WTP Plate Settler Expansion Project FRP Wash Water Troughs City of Fort Worth 466119-2 100%Submittal 0515-239525 9/16/20 A. Manufacturers: Subject to compliance with requirements,provide products by one of the following: 1. Xylem's Leopold Brand. 2. Warminster Fiberglass Co. 3. Severn Trent-DeNora. 2.2 SYSTEM DESCRIPTION A. Install four washwater troughs in the existing filter box shown on the Drawings. Each trough shall have a minimum carrying capacity of 2,150 gallons per minute with 4-inches of freeboard. The troughs shall be of the "U"type with extended vertical sides. Size to be minimum: eighteen (18) inches wide by twenty-one(21) inches deep clear internal dimensions. B. Each trough shall be sufficiently reinforced to support a uniform downward loading of 175 lbs/ft2 and a concentrated downward loading of 250 lb/ft2 applied simultaneously anywhere along the free span of the trough. 2.3 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Division 01 to design drawings and structural calculations for washwater troughs, stabilizer system,adjustment provisions, installation cables,fasteners and anchors. Submit shop drawings and details, anchorage details and all supporting calculations. B. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes. 1. Temperature Change: 10 - 120 deg F, ambient; 50 — 100 deg F water; 150 deg F, material surfaces. 2.4 FRP WASH WATER TROUGHS MATERIALS A. The troughs shall have round bottoms and vertical sides and shall be of laminated fiberglass reinforced polyester construction with a minimum wall thickness of 3/16 inch. The inner surface of the trough shall be smooth and resin rich. The outer surface shall be reasonably smooth with no exposed glass fibers. The size and number of air bubbles shall be held to a minimum while the laminating shall be dense and without voids,dry spots, cracks or crevices. The color shall be molded in blue-green/turquoise and an ultraviolet inhibitor shall be used. B. Laminate shall have a glass surfacing mat, 10 to 20 mils thick, with silane finish and a styrene soluble binder on both sides. Required thickness shall be achieved using the appropriate number of plies of electrical borosilicone glass mate with chrome or silane finish and a styrene soluble binder. Glass content of the laminate shall be at least thirty(30)percent by weight,plus or minus one percent. Final laminate thickness shall be with plus 1/16 inch of the laminate thickness. The void content of the complete laminate shall not exceed 2'/2 percent of laminate volume. Westside WTP Plate Settler Expansion Project FRP Wash Water Troughs City of Fort Worth 466119-3 100%Submittal 0515-239525 9/16/20 C. The fiberglass laminate shall possess the following minimum physical properties: Property Value Test Method Tensile Strength 16,000 psi ASTM D638 Flexural Strength 28,000 psi ASTM D790 Flexural Modulus 1.06 X 106 ASTM D790 Impact, Notches, Izod, 20.0 ft-lbs per sq inch ASTM D256 Izod, foot pound per inch arcol Hardness Minimum, avg. 40 Barcol Impressor, Model GYZJ-934-1 ASTM 2583 Water Absorption Maximum, 0.2% ASTM D570 % 24 hours Average Coefficient 10.5 X 1-0 6 of thermal expansion ASTM D570 inch per inch per EF D. Procedure used in determining the above properties shall be in accordance with the ASTM Standards,Part 27,using the method designated above. Hardness tests shall be made on the resin rich surfaces of the test samples. Test coupons shall be prepared in accordance with the appropriate ASTM test methods. E. The manufacturer shall maintain a continuous quality control program and shall furnish to the Engineer certified results of the physical tests listed above. F. Supports and Stiffeners: 1. Reinforce wash water troughs with longitudinal stiffener sections Type 316 stainless steel, molded as an integral part of the wash water trough. 2. Provide additional horizontal stiffness and rigidity through the use of Type 316 stainless steel spreaders placed in strategic points along the trough and fastened with stainless steel hardware. 3. Provide an integrally molded gullet wall grouting rib on the discharge end of the wash water trough. 4. Close integrally the back end of the wash water trough of fiberglass at least 1-1/2 times the thickness of the wash water trough and arranged for bolting to the filter basin wall. 5. Slot wash water trough mounting holes to provide a total vertical leveling adjustment of at least 1-inch. Manufacturer to include Type 316 stainless steel mounting straps and hardware for mounting. 6. Anchor the wash water troughs as indicated on the Drawings. 7. Provide Type 316 SS or FRP lateral braces between the troughs for the entire width of each filter cell to prevent excessive deflection and oscillation during backwashing. 8. Connect the lateral braces to the end walls using Type 316 stainless steel mounting hardware. Westside WTP Plate Settler Expansion Project FRP Wash Water Troughs City of Fort Worth 466119-4 100%Submittal 0515-239525 9/16/20 G. Straighten and smoothen the edges of the wash water troughs throughout its entire length. Exercise care in fabrication and installation to maintain edges of the wash water troughs level and straight without more than 1/16 inch variation from level throughout the entire length of the trough. H. All FRP components shall be NSF/ANSI 61 certified for use in potable water. 1. All exposed supports and hardware shall be Type 316L stainless steel including bolts, nuts, washers, straps, stabilizers, etc. J. Washwater throughs: Conform to the requirements herein and to the latest AWWA F101 Standard. K. Color: As selected by Engineer from full range of industry colors. 2.5 GENERAL FINISH REQUIREMENTS A. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine washwater troughs before installation. Reject washwater troughs that are damaged. B. Examine walls and filter box for suitable conditions where washwater troughs will be installed. C. Prepare written report, endorsed by Installer, listing conditions detrimental to performance. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Coordinate installation of the washwater troughs in the existing gullet wall square blockouts with grout and dowel rebar. Washwater troughs to extend through the gullet wall thickness as shown on the Drawings as required. B. Washwater Troughs: Installed per manufacturer's recommendations and under the supervision of a manufacturer's representative. Work to be performed by installer skilled in installation of this type of work. C. Prior to commencement of filter operations,a Manufacturer's field service representative will inspect the washwater trough installation, make necessary final adjustments, and provide written certification that the equipment is ready for operation. Westside WTP Plate Settler Expansion Project FRP Wash Water Troughs City of Fort Worth 466119-5 100%Submittal 0515-239525 9/16/20 D. Troughs exhibiting excessive deflection or vibration at any wash rate, as determined by the Engineer,will be removed by the Contractor and replaced with troughs of adequate design at no additional cost to the Owner. 3.3 ERECTION TOLERANCES A. Set in place the wash water troughs elevations indicated on the drawings. Level the weir edges to within 1/16 inch over the entire length of the trough. Grout in place the wash water troughs after leveling. B. Finish wash water troughs openings smoothly to provide smooth wall surfaces, and seals to prevent leakage. 3.4 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. B. Perform the following tests and inspections with the assistance of a factory-authorized service representative: 1. Inspect the wash water troughs installation,make necessary adjustments, and certify that the equipment is ready for operation. 2. Remove and replace wash water troughs exhibiting excessive deflection or vibration at any wash water and air scour rate with ones of adequate design at no additional cost to the Owner. C. Washwater trough will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. 3.5 STARTUP SERVICE A. Engage a factory-authorized service representative to perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. END OF SECTION 466119 Westside WTP Plate Settler Expansion Project FRP Wash Water Troughs City of Fort Worth 466119-6 100%Submittal 0515-239525 9/16/20 SECTION 466123 -FILTER UNDERDRAIN SYSTEM PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes filter underdrain system to be installed in an existing filter box, including all items within the filter box, above the filter box base slab, and within the flume as well as the backwash air supply, air and water flow distribution orifice plates and all other appurtenances required for the complete underdrain system for air/water backwash. The existing filter box has 29 Nos of 8-inch diameter Schedule 40 pipe sleeves 12-in on center in the filter gullet wall as indicated on the drawings. B. Related Requirements: 1. Miscellaneous Metals are included in Section 055000"Miscellaneous Metals". 2. Filter media is included in Section 466113 "Filter Media." 3. FRP Wash water troughs are included in Section 466119 "FRP Wash Water Troughs." 1.3 DEFINITIONS 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.5 ACTION SUBMITTALS A. Structural design calculations, including the hold down system as specified, installation details, flow distribution, mal-distribution and hydraulic calculations, certification of compatibility of the underdrain system with the filter media specified in Section 466113 "Filter Media," details for installing reinforcing and other items to be embedded in concrete, samples of major components of the system,proposed testing and start-up procedures and other data the Engineer deems necessary to demonstrate the suitability and stability of the underdrain system and conformance with this Section. Structural calculations and drawings shall be stamped by a Registered Professional Engineer in the State of Texas. These calculations will be for record purposes only. B. Complete head loss data for air,water and combined air/water backwash flows. Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123- 1 100%Submittal 0515-239525 9/16/20 C. The head loss data and hydraulic calculations to be submitted shall include the full range of flow conditions specified, and shall indicate pertinent physical relationships between air and water metering orifices; cross sectional flow areas for water and air during transport to the flow metering elements; relative magnitudes of entrance, transport, metering and discharge losses; and such other data as may be required by the Engineer to demonstrate that the proposed system will provide uniform flow distribution and will not exceed head loss limits. Complete hydraulic headloss curves shall be provided for the project specific underdrain system and lateral layout and length, for each operation described herein, including but not limited to filtration, water backwash, air-only backwash, and concurrent air-water backwash D. Documentation showing NSF— 61 certification for all materials that will be in contact with the water being treated. E. Qualifications of Manufacturers'Representative(s). F. Documentation of Manufacturer's Experience as required by Article"Quality Assurance." G. Copy of ISO 9001 certification. H. Certification by manufacturer's representative that underdrain has been installed in accordance with manufacturer's recommendations and these specifications. 1. Submit test plans for all required testing for review and approval no later than 60 days prior to performing field tests. J. Copies of all test reports for tests performed in Part 3. K. Submit operating and maintenance instructions as specified in Section 017823 "Operation and Maintenance Data." The instructions shall be prepared specifically for this installation and shall include all required cuts, drawings, equipment lists, spare parts, descriptions, etc. that are required to instruct operating and maintenance personnel unfamiliar with such equipment. L. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the filter underdrain system. 2. Include rated capacities, operating characteristics, and furnished specialties and accessories. M. Shop Drawings: 1. Complete bill of materials, and to-scale drawings of all piping, connections, supports, and other items required for a complete installation. 2. Include plans, elevations, sections, and, attachment, hold-down and anchoring details. 3. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 4. Detail fabrication and materials of construction, installation and leveling data and requirements of all items furnished under this section. Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123-2 100%Submittal 0515-239525 9/16/20 1.6 DELEGATED-DESIGN SUBMITTAL: A. Submit structural design calculations and installation drawings. Structural design calculations to consider all applicable seismic requirements for this project. Structural calculations and drawings to be stamped by a Registered Professional Engineer in the State of Texas. Structural calculations will be submitted for record purposes only. 1.7 INFORMATIONAL SUBMITTALS A. Seismic Qualification Certificates: For filter underdrain system and accessories, and components,from manufacturer. 1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. B. Welding certificates. C. Shipping, storage,protection, and handling instructions D. Source quality-control reports. E. Field quality-control reports. F. Certification of compatibility of the underdrain system with the filter media specified in Section 466113. G. Manufacturer's Certificate of Proper Installation H. Sample Warranty: For manufacturer's warranty. 1.8 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: Submit operating and maintenance manuals. The manuals to be prepared specifically for this installation and to include all required cuts, drawings, equipment lists, spare parts, descriptions, etc. that are required to instruct operating and maintenance personnel unfamiliar with such equipment. 1.9 MAINTENANCE MATERIAL SUBMITTALS A. Two spare filter blocks of each length and type, including one flume block, used in the underdrain system installation shall be furnished. B. Spare clips and gaskets for installation of ten filter blocks. Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123-3 100%Submittal 0515-239525 9/16/20 C. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1.10 QUALITY ASSURANCE A. All the equipment specified under this Section shall be furnished by a single manufacturer and shall be products of a manufacturer having at least 10 years of current and continuous experience in the production of such equipment. The manufacturer shall submit a list of at least 10 operating facilities with references having equipment similar to that specified herein which has been in service for at least 5 years including references. The manufacturer shall have the sole responsibility for the proper functioning of the equipment as furnished. However, this responsibility does not relieve the Contractor of any of responsibility for the equipment installation, testing and startup in accordance with these specifications and the manufacturer's recommendations. The Contractor and underdrain manufacturer shall have sole responsibility for the performance of the underdrain system, especially with respect to headlosses and uniform distribution of air and water during backwash mode and even water distribution during forward filtration mode. B. The manufacturer of the underdrains shall be ISO 9001 certified. All components which come in contact with the process water or chemicals to be added to process water shall have obtained ANSINNSF 61 certification. C. This Section is intended to give a general description of what is required but does not cover all details which may vary in accordance with the exact requirements of the equipment as offered. It is, however, intended to cover the furnishing, delivery, installation, field testing and field calibration of all materials and appurtenances as required. All additional equipment necessary to meet the design, performance and installation requirements of this specification not specifically mentioned in this Section or indicated on the Drawings shall be furnished and installed at no additional cost to the Owner. D. Services of Manufacturer's Representative 1. Provide services of a manufacturer's representative, as required by Section 01 78 23 "Operation and Maintenance Data", specifically trained on the type of equipment specified and furnished. Submit qualifications of service representative for approval. The number of required days listed below are exclusive of travel time, and do not relieve the Contractor of the obligation to provide sufficient service to place the equipment into satisfactory operation. 2. The manufacturer's representative shall be present to assist the Contractor in the supervision of installation, operator training, underdrain testing and filter startup. The manufacturer's representative's duties shall include but not be limited to the following: a. Documentation of any damage to the underdrain components during shipment and certification that such damaged components are replaced. b. Approval of the location and method of underdrain component storage. C. Inspection of components when they are removed from storage and approval for installation.No damaged components shall be approved for installation. d. Instruction of Contactor's personnel in the proper installation of the underdrain and supervision of installation in filters. Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123-4 100%Submittal 0515-239525 9/16/20 e. Certification that the underdrain has been installed in accordance with the manufacturers' recommendations and these specifications before any testing or installation of filter media is undertaken. f. Supervising and approval of all specified field and performance testing. g. Instruction of Owner's personnel in the operation and maintenance of the underdrains. 3. The following table lists the number of days required under this specification. However, this list does not relieve the Contractor or the manufacturer of providing the services necessary to provide a completed installation meeting the requirements of this specification. Additional days required shall be at no additional cost to the Owner. TASK #of Trips Days Each Trip Total Underdrain Unloading 1 1 1 Installation Instruction 1 1 1 Inspect and Test Completed Installation 3 1 3 O&M Training of Owner's Staff 1 3 3 Performance Test Witness 3 1 3 E. Installer Qualifications: Fabricator of products. F. Installer Qualifications: An authorized representative who is trained and approved by manufacturer. G. Section 014000 "Quality Requirements" Testing Agency Qualifications: Member company of NETA or an NRTL. H. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1. 1.11 WARRANTY A. The underdrain shall be warranted for a period of five years from the date of substantial completion as defined in the General Conditions, Division 00, to be free from defects in workmanship, design, manufacturing or material. If the underdrain should fail during the warranty period due any of these defects, it shall be repaired or replaced, retested and placed back in service at no additional cost to the Owner. All repaired or replaced underdrains shall then likewise be warranted as defined above for a period of five years. B. Manufacturer's Special Warranty: Manufacturer and Installer agree to repair or replace components of filter underdrain system that fails in materials or workmanship within specified warranty period. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide the filter underdrain system from one of the following manufacturers: Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123-5 100%Submittal 0515-239525 9/16/20 1. Dual Parallel Lateral Plastic Block as manufactured by: a. Xylem/F.B. Leopold Company,Inc. b. De Nora Water Technologies. C. Or Severn Trent Services -Tetra. B. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings Xylem/ F.B. Leopold Company, Inc or comparable product by one of the following: 1. De Nora Water Technologies 2. Or Severn Trent Services -Tetra. 2.2 SYSTEM DESCRIPTION AND PERFORMANCE REQUIREMENTS A. The underdrain system is intended to allow for the uniform collection of filtered water and uniform distribution of wash-water and air over the total area of the filter floor. The backwash system shall allow for separate air scouring and water backwashing and the simultaneous/concurrent use of air and water, all at the rates indicated in Paragraph 2.2 C below. B. Fabricate underdrain system to fit the existing filter box as shown on the drawings. C. Performance Requirements 1. The system shall be designed to avoid localized areas of excessive flow which may cause mounding, lateral displacement, or other deleterious disturbances in filter media. The system shall not cause any loss of filter media during backwashing. The variation in backwash water distribution shall be not greater than plus or minus 5 percent across the filter and the variation in the backwash air distribution shall not be greater than plus or minus 10 percent across the filter. Tests as outlined in Paragraph 3.03 below shall reveal no evidence of maldistribution or disturbance of filter media in excess of the limits specified. 2. The underdrain system for each filter shall be designed for the following conditions: Component Descriptions a.Number of Filters 1 o. 5 b. Dimensions of Filter, feet 1 Length 295-0" 2 Width 14'-6" c. Support gravel 1 total depth inches 14 2 number of layers Section 466113 d. Filter media, Anthracite: Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123-6 100%Submittal 0515-239525 9/16/20 1 effective size (min) 1.2-1.3 2 depth(inches) 50 e. Filtration rates 1 normal filtration rate range m/s . ft. 6.5 to 8 2) peak filtration rate( m/s . ft.) 9.9 f. Maximum headloss at peak filtration rate(t)(inches) 14.0 . Backwash water rates 1) maximum for simultaneous air and water( m/s . ft.) 8 2 maximum for water only m/s . ft.) 20 h. Maximum headloss due to backwashing with water only 30 at maximum rate(2) inches i. Backwash air rate scfm/s . ft. 1 minimum/maximum 2/4 Maximum design air temperature De F 240 k. Air scour pressure available at branch to distribution7.0 header,psig 1.Normal backwash sequencing: 1 Air scour only: i Air scfin/s . ft. 4 ii Duration,min. 1-3 2 Combined air/water backwash: i Air scfm/s . ft. 3 ii Water m/s . ft. 8 iii Duration,min. 1-3 3 Water only backwash: i Water m/s . ft. 15-20 ii Duration,min. 5-20 o) Headloss from the underside of the media bed to the inside of the filtered water plenum. (2) From the inside of the filtered water plenum to the underside of the media bed. D. Air Bleed Provisions 1. As shown on the Drawings, valving and piping to permit automatic venting of the filter flume is proposed for installation. Under normal operating conditions the filter flume will be continuously vented to the atmosphere. During air scour operations, the solenoid valve on each vent line will energize and close. Following the completion of the air scour operation, the valve will de-energize and open. Solenoid valve shall be provided with a spring return to open in the event of a power loss. Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123-7 100%Submittal 0515-239525 9/16/20 2. If, in the opinion of the underdrain manufacturer, additional air bleed provisions are required to release trapped air from the flume under the washwater gullet, or other portions of the backwash water system, to avoid maldistribution or disturbances which might result from the trapped air, then the underdrain manufacturer shall design and supply the necessary equipment to release the trapped air. The underdrain manufacturer shall submit drawings and control schematics for any proposed air bleed equipment showing details of valves, orifices, piping materials (Schedule 10, Type 304L stainless steel minimum), concrete penetrations, and how the control of the equipment will be integrated with the filter backwash control system. The installation of an air bleed system if required shall be subject to the approval of the Engineer. The air bleed system shall be designed and supplied by the underdrain manufacturer for the filter box, and will be installed by the General Contractor, at no additional cost to the Owner. E. Structural Design Requirements 1. See also the requirements under Part 2 below. 2. The structural design details of the filter box have been engineered for installation of filter underdrain system as specified. It is anticipated that structural modifications will not be required. The Contractor shall confirm the design with the manufacturer and submit all required modifications for review. Modifications, if required, shall be at no additional cost to the Owner. 2.3 PERFORMANCE REQUIREMENTS A. The underdrain systems shall be new, complete with all accessories and appurtenances. The manufacturer shall furnish all components and accessories for the system to enhance compatibility, ease of operation and maintenance, and as necessary to place the equipment in operation in conformance with the specified performance, features and functions. B. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 "Quality Requirements," to design the filter underdrain system as required herein. C. Seismic Performance: Filter underdrain system shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. 1. The term "withstand" means "the system will remain in place without separation of any parts when subjected to the seismic forces specified and the system will be hilly operational after the seismic event." D. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes. Materials shall be designed to be suitable for the range of operating temperatures 1. Temperature Change: 32.5 deg F — 95 deg F, normal ambient water temperatures. Regular application of air up to 125 deg F, and periodic application of air up to 180 deg F to the underside of the underdrain. Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123-8 100%Submittal 0515-239525 9/16/20 2.4 MATERIALS A. The material to be furnished shall conform to the requirements specified below, unless more stringent requirements are specified or required by the underdrain manufacturer. 1. Anchor rods embedded in concrete and reinforcing bars: As specified, and as indicated on Drawings. 2. Grout: non-shrink cementitious grout as specified in structural Drawing notes or as specifically recommended by the underdrain manufacturer. 3. Provided fabricated air diffuser pipe, couplings, pipe supports, expansion joints and accessories within the filter box designed for Schedule 10S, Type 316 stainless steel unless otherwise specified herein. 4. U-type anchor bolts, nuts and all other submerged anchor bolt supports: Type 316 stainless steel. 5. Orifice plate system forming the distribution interface between filter gullet and underdrain laterals, and associated hardware and fasteners shall be Type 316 stainless steel. B. All equipment, materials and coatings shall be suitable for use with potable water and shall be NSF 61 approved. All underdrain system materials used shall be resistant to chemical breakdown with water treatment chemicals including ozone dosage of up to 2.0 mg/1 and chlorine residual of up to 10 mg/1 for continuous duty. All filter underdr-ain system materials shall be suitable for continuous contact with potable water containing up to 50 mg/L of chlorine shock residual for up to 48 hours for disinfection of the filter prior to its being placed in service. 2.5 PLASTIC FILTER BLOCK SYSTEM A. The filter underdrain system shall be of the dual-parallel lateral type, whereby feeder and compensatory laterals are provided within a single block. Blocks shall be a standard 12-inch height. The blocks shall be self-contained and shall require only anchorage in the filter to resist buoyant and dynamic forces during operation. The feeder laterals shall have a cross-sectional area as required to assure low wash-water and air transport velocities and be designed to meet the specified air and water distribution. The flow metering elements shall consist of an arrangement of orifices properly sized and located, between the feeder and compensatory laterals and between the compensatory laterals and top of the blocks. The entrance, transport and orifice losses and the placement of the orifices shall be coordinated to produce uniform air and water flows throughout the filter cell at all specified operating conditions. The number and size of the orifices shall be uniform throughout the filter cell. The orifices shall be sized as required to introduce necessary metering head losses but shall be sufficiently large to prevent clogging and excessive head loss. B. The individual blocks shall be of impervious high strength, completely corrosion resistant, high density polyethylene material with uniform smooth surfaces and all orifices properly deburred. The blocks shall have ridges and pockets for structural rigidity and to key into surrounding grout. The block dimensions and weight shall permit ease of handling and installation. The blocks shall be mechanically joined to form a continuous lateral run to fit into the filter. The joints shall be double-gasketed, bell and spigot type with internal registers and shall be air and water tight. Each joint shall be restrained with an adequate number of spring clips. End caps and sealants shall be provided. Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123-9 100%Submittal 0515-239525 9/16/20 C. A water distribution system shall be provided to evenly distribute water from the flume under the laterals to the individual underdrain laterals. The distribution system including any orifices, baffles, piping, and other necessary items shall be designed by the underdrain manufacturer to ensure proper distribution of water to the laterals for all operating conditions. D. The manufacturer shall confirm that the gravel specified in Section 466113 Filter Media is compatible with the specified block or shall provide to the Contractor the recommended gravel gradation. Provide the required gravel at no additional cost to the Owner. E. Structural Design 1. The filter underdrain system, including blocks, anchorage, supports, etc., shall be designed in accordance with the AISC steel manual. Concrete design shall be per ACI 318. Complete design calculations showing conformity with all specification requirements, stamped by a licensed professional structural Engineer in the State of Texas shall be submitted to the Engineer for review and acceptance. 2. The filter underdrain system, when installed, shall be designed for a net internal loading during backwash of the greater of either 900 psf or 200 percent of maximum pressure at maximum backwash rates.No credit shall be taken for the weight of water or filter media in the design calculations. 3. The filter underdrain system shall also be designed to withstand the greater of a net downward loading of not less than 1400 psf, plus its dead weight, or 150 percent of the combined possible maximum loading of the filter media with the water level below the underdrain and all materials saturated. 4. Adequate safety factors shall be included in the design to account for dynamic loadings which may occur during the initiation and termination of air and/or water backwashing, or power disruption during air and/or water backwashing. 5. Additional underdrain hold down angles, with anchor rods, shall be installed as required in accordance with manufacturer's instructions. All angles and rods shall be 316 stainless steel. 6. The design shall adequately provide for all loads incurred during shipment, handling and installation. 7. The design details of underdrain system including thicknesses, reinforcing, openings, etc., as indicated on the Drawings, are approximate only. The underdrain system manufacturer shall check these details and confirm or modify the system to meet the criteria specified. However, no members shall be downsized unless it can be conclusively demonstrated that the stated sizes will not function properly. The underdrain manufacturer shall present sealing details for center feed flumes, plenums, and "H" type gullets. All modifications required by the underdrain system manufacturer shall be provided by the manufacturer and the Contractor at no additional cost to the Owner. F. Supplemental Lateral Hold Down System 1. The requirements specified herein are minimum requirements and the design of the supplemental lateral hold down system shall be the sole responsibility of the filter underdrain manufacturer. 2. Furnish and install a supplemental lateral hold down system consisting of Type 316 stainless steel angles installed every three feet along the laterals as indicated on the Drawings. The angles shall be sized per underdrain manufacturer requirements and shall be a minimum of 2-in by 2-in by 3/16-in by 5-in held down by a stainless-steel threaded rod inserted between each block lateral and embedded into the filter floor a minimum of Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123- 10 100%Submittal 0515-239525 9/16/20 6-inches. The rod shall be fastened into the filter floor with an epoxy by Sika, Hilti-Hit or engineer approved equal.Nuts and washers shall be Type 316 stainless steel. 3. Furnish and install an anchor"U"rods as shown on the Drawings. The anchor rod is to be installed to hold down the flume block. The anchor "U" rod shall be designed per underdrain manufacturer requirements but a minimum shall consist of two Type 316 stainless steel No. 3 rebars drilled and anchored 6 inches into the filter box floc with a suitable epoxy system by Sika,Hilti-Hit or engineer approved equal. The top of the No. 3 rebars shall extend no more than 11-in+/- 'h-in above the filter box floor. A 3/16-in x 2- in flat bar shall span the No. 3 rebars as recommended by the underdrain manufacturer. All rebar,flat bars, and other materials shall be Type 316 stainless steel. 4. Provide 2% spare epoxy capsules and pre-formed reinforcement bars. G. The underdrain system manufacturer to provide monopour installation along with the necessary stainless steel orifice plates,hardware and grout for filters. PART 3 -EXECUTION 3.1 GENERAL A. The underdrain system manufacturer shall furnish the services of competent factory representatives familiar with installation of this type of underdrain system to supervise the installation and testing of the underdrain system. The representative shall be present during the entire installation and testing procedure. B. Handle and install the filter underdrain systems in strict accordance with the manufacturer's installation drawings and recommendations, and as herein specified. Comply fully with the underdrain manufacturer's installation details and recommendations to acceptably interface the filter underdrain system with all surrounding structures, including requirements for support ledges and piers, anchorage, and the like, and include all costs of such work in bid price. The Contractor is cautioned that all such installation details may not be indicated on the Contract Drawings, as they will vary according to the manufacturer's requirements. C. Take all necessary precautions recommended by the underdrain manufacturer and as specified herein to ensure that the underdrain system and piping connected thereto is completely clean and free of any debris, dirt,or other foreign materials which could clog the underdrain system or interfere with flow. Backwash air and water piping shall be thoroughly flushed clean. Air piping shall be flushed with air only. All loose debris and dirt within the filter, gullet, and plenum shall be removed by brooming and vacuuming before the introduction of leveling and testing water. Care shall be taken as necessary to prevent grout, concrete or debris, from extruding into any flow passages or ports, and any such grout, concrete or debris, shall be removed. As installation progresses, underdrain sections partially complete shall continue to be protected with masking tape and heavy building paper or other acceptable means to maintain cleanliness. Cleanliness shall be maintained until final placement of filter media. D. Collect three (3) samples every day that grout is being mixed and placed during the filter underdrain installation. Sampling and testing of grout will be performed by an independent testing laboratory acceptable to the Engineer but engaged by and at the expense of the Contractor. Methods of testing will comply with the applicable ASTM standards. Independent testing laboratory will meet the requirements of ASTM E329 and ASTM C1077 and be Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123- 11 100%Submittal 0515-239525 9/16/20 acceptable to the Engineer. Laboratories affiliated with the Contractor or in which the Contractor or officers of the Contractor's organization have beneficial interest are not acceptable. 3.2 EXAMINATION A. Examine filter box for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Examine filter underdrain materials before installation. Reject filter underdrain system materials that are damaged. C. Examine filter box to verify actual locations of piping connections before underdrain installation. D. Examine walls, and floors for suitable conditions where filter underdrain system will be installed. E. Prepare written report, endorsed by Installer, listing conditions detrimental to performance. F. Proceed with installation only after unsatisfactory conditions have been corrected. 3.3 INSTALLATION A. The filter underdrain laterals shall be set in place such that they are in a true and level plane. The underdrain supports shall be prepared as necessary to enable installation within the required level tolerance. The underdrain shall be flooded with water to ascertain that this level tolerance is met. The installation shall be generally in accordance with the following procedure and in accordance with the manufacturer's recommendations. B. The filter underdrain sections shall be set on a grout bed of nominal 3/4 -inch thickness and grouted such that the air metering orifices are in a true and level plane within the lesser of plus or minus 1/8-in or the tolerance specified by the manufacturer of the filter underdrain. The filter base slab shall be prepared as necessary to enable installation within the required level tolerance. C. Preceding grout placement, the floor shall be cleaned with water spray at normal plant supply pressure. Allow the water to saturate the floor for at least 20 minutes prior to grout placement. Remove standing water prior to grout placement. D. Slump of floor grout shall be as recommended by grout manufacturer. E. The completed underdrain placement shall remain undisturbed for at least 12 hours to allow the grout to become fully set and prevent disturbance of laterals after final leveling. Placement of grout between laterals shall begin as soon as practicable thereafter. F. Plywood sheeting must be placed over laterals to prevent damage and aid in keeping laterals clean. Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123- 12 100%Submittal 0515-239525 9/16/20 G. Prior to placement of grout between laterals, the space shall be thoroughly cleaned by compressed air. Cleaned spaces shall be covered to prevent reintroduction of contaminants. H. Bonding compound shall be applied to the floor grout surface between each lateral. The bonding compound may be applied by spray or long-handled brush. The bonding compound shall be Daraweld C by W.R. Grace or equal. I. Grout placement shall follow manufacturer's requirements. J. Reinforcing dowels shall be fitted accurately in place without unnecessary bending of the dowel bars in the field. K. Each filter box shall be thoroughly cleaned by brooming and vacuuming before any media is placed and shall be kept clean throughout the placement operation. No media shall be placed until the underdrain system manufacturer has certified the underdrain system to have been properly installed and adequately tested. 3.4 FIELD QUALITY CONTROL A. All testing shall be performed under the supervision of the underdrain manufacturer's representative. Conduct all specified tests and shall furnish all power, equipment, labor, etc. for conducting tests as specified herein. All costs of testing, retesting, and correction of deficiencies shall be borne by the Contractor. The Contractor shall give the Engineer 14 calendar days advance notice of testing to enable the Engineer to witness the test. B. All test set-ups,procedures, and instrumentation shall be as required to provide data accuracy of plus or minus 2 percent. Submit to the Engineer three copies of full and complete test reports for all tests, describing the units tested; the type of test; test setups, procedures, and instrumentation; and test flow rates, pressures, levels, and all other data and results as required to demonstrate that all items tested meet specified requirements. C. Preliminary Distribution Tests 1. After the installation of the underdrain system is complete, the underdrain shall be subjected to preliminary distribution testing. Such testing shall be as follows. 2. Part one of the preliminary distribution test will be tested to which washwater distribution efficiency (maldistribution) will be tested by measuring the underdrain pressure at various locations in a filter selected by the Engineer. The difference between the readings will be used to calculate the maldistribution. Pressure taps will be made into the exit conduit or terminal distribution chamber of the underdrain system. Piezometer tubes will then be run from each pressure tap and attached to a control board with scales. Pressure taps and piezometer tubes shall be at least 18 inches from any troughs or weirs and at least 12 inches from walls or flumes. Pressure taps and piezometer tubes shall be installed in eight locations for each filter. Two locations will be established on each side of the flume and two each along the two end walls. The manufacturer's field service representative and the Engineer will establish the exact points to be tested in the field. 3. Part two of the preliminary distribution test will commence upon satisfactory demonstration of backwash water distribution under part one. Filter to be operated through its filtration and backwashing cycles using the design maximum water and air rates given in Section 2.2 B. Visual inspection of the underdrain system will first be made Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123- 13 100%Submittal 0515-239525 9/16/20 under all modes of backwashing to demonstrate uniformity of air and water distribution. The air only mode shall be performed at 3 scfin with 6 inches of water over the underdrain system. Test flow rates shall be sustained for approximately two minutes while visual observations are made. Tests shall be extended or repeated if, in the opinion of the Engineer, additional time is needed to make observations. Headloss at the maximum backwash rate shall be computed by taking pressure gage readings at the washwater pipe inlet to the filter minus the static head above the underdrain system. The contractor shall be responsible for providing the required pressure taps. (The static head is the vertical distance from the elevation of the pressure gauge to the water level in the filter). 4. During each test, the water surface shall present a uniformly turbulent appearance, without noticeable dead spots or boils, the Contractor shall take such measures as are necessary and as recommended by the underdrain manufacturer to correct any deficiencies revealed by these tests, and shall repeat the specified tests until such deficiencies are corrected. 5. The Contractor shall provide all labor and materials, including but not limited to; hose fittings, and adaptors, clear plastic tubing, manometer board with scales, and miscellaneous straps and weights necessary to perform the efficiency testing. The calculated maldistribution, as measured by the percentage difference between the lowest and highest pressure readings, shall not exceed 10 percent. D. Final Distribution Test 1. Following installation of all filter media in accordance with Section 466113, Filter Media, the filter underdrain system in each filter shall be tested for acceptable flow uniformity. Final distribution tests shall consist of 10 backwash cycles as follows: a. Start with initial water surface 6 plus or minus inches above top of anthracite. b. Air backwash at 4 sefm/sq. ft. for 4 minutes. C. Simultaneous air and water backwash at 3 scfm/sq. ft. and 8 gprn/sq. ft. respectively for 4 minutes. d. Water backwash at 20 gpm/sq. ft. for 4 minutes. e. Water backwash at 12 gpm/sq, ft. for 2 minutes. £ Drain down to initial level and repeat. 2. At the conclusion of the test, the water level shall be lowered to top of filter media. The top of the media shall be inspected and shall have no areas deviating more than plus or minus 1-inch from the average level plane. 3. If the filter underdrain system fails to meet the above test criteria, the system shall be corrected by the Contractor and retested at no additional cost to the Owner E. Support Gravel Tests 1. The gravel test shall be performed following placement of the gravel and before anthracite media are placed. The gravel in one completed filter shall be tested. Tests shall determine resistance of the gravel system to displacement by backwash flows. Gravel tests to consist of ten backwash cycles as follows: a. Start with initial water surface 6-in above the top of the gravel. b. Air backwash at 4 scfin/sq. ft. for 2 minutes. Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123- 14 100%Submittal 0515-239525 9/16/20 C. Simultaneous air and water backwash at 4 scfin/sq, ft. and 5.0 gpm/sq. ft. for 3 minutes. d. Waster backwash at 20 gpm/sq.ft. for 4 minutes. e. Drain down to initial level and repeat. 2. At the conclusion of ten backwash cycles, the water level shall be lowered to the top of the gravel surface. The gravel surface shall be inspected and there shall be no areas deviating more than plus or minus '/2-in from the average level plane, nor shall particles originally below the surface be apparent at the surface in any significant number. Regrade or replace and retest the gravel system in the Ater if fails to meet test requirements. F. The above backwash rates are based on a water temperature of 85 degrees F. Actual rates to be used during testing will be adjusted based on water temperature at the time of the testing. G. Prepare test and inspection reports. 3.5 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain units. END OF SECTION 466123 Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123- 15 100%Submittal 0515-239525 9/16/20 THIS PAGE INTENTIONALLY LEFT BLANK Westside WTP Plate Settler Expansion Project Filter Underdrain System City of Fort Worth 466123- 16 100%Submittal APPENDIX GC-4.01 Availability of Lands: Not Included GC-4.02 Subsurface and Physical Conditions: Not Included GC-4.04 Underground Facilities: Not Included GC-4.06 Hazardous Environmental Condition at Site: Not Included GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities: Not Included GC-6.24 Nondiscrimination: None CITY OF FORT WORTH Westside WTP Plate Settler Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 May 29,2020 THIS PAGE LEFT BLANK INTENTIONALLY GC-6.06.D Minority Business Enterprise Compliance THIS PAGE LEFT BLANK INTENTIONALLY FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $50,000 or more,then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 6 %of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time;receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at(817) 212-2674. Rev. 2/10/15 THIS PAGE LEFT BLANK INTENTIONALLY ATTACHMENT IA Page 1 of 4 FORT WoH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1"tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER Company Name T n Detail Detail Address i Subcontracting Supplies Dollar Amount Telephone/Fax e B B M Work Purchased Email r E E B Contact Person E F-1 El F-1 El Rev.2/10/15 FORTWORTH ATTACHMENT I Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E El Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers Total Dollar Amount of Non-MBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title(if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev.2/10/15 ATTACHMENT 1 B FO R T WO RT H Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-MIW/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % If both answers to this form are YES, do not complete ATTACHMENT I (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. i Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1)year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2/10/15 THIS PAGE LEFT BLANK INTENTIONALLY ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M/WIDBE NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.2/10/15 ATTACHMENT IC Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,person contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2/10/15 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBEs) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2/10/15 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered;use"NIA"if not applicable. Name of City project: A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non-MBE firm name• name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.2/10/15 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this infornration is described in joint ventum agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race,sex and firm those individuals (with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------------------------------------------------------------- b. Marketing and Sales ------------------------------------------------------------- c. Hiring and Firing of management personnel ------------------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev.2/10/15 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non-MBE fine Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) Rev.2/10/15 THIS PAGE LEFT BLANK INTENTIONALLY GC-6.07 Wage Rates THIS PAGE LEFT BLANK INTENTIONALLY 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 THIS PAGE LEFT BLANK INTENTIONALLY 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2