HomeMy WebLinkAboutContract 37172 IN9 11
City of Fort Worth, Texas
Water Department
CITY SECRETARY
CONTRACT NO. �L.j
NORTHWEST
WATER TREATMENT PLANT
MEMBRANE FILTRATION
SYSTEM
ct
CAPITAL PROJECT NO. 00456
• rnm� November 2007
PREPARED BY: ..
cm ...........................
J..DAN.SFlA ' • s
...:.. ••r•O
IN ASSOCIATION WITH: A$�0 5785�o•. ��=i
_
Al4n Plummer Associates,Inc.-0;,Pt
i&Associates,Inc.
I
I ORIGINAL
G
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 3/25/2008
DATE: Tuesday, March 25, 2008
LOG NAME: 60WESTSIDE WTP REFERENCE NO.: **C-22728
SUBJECT:
Authorize Execution of an Engineering Agreement with Pall Corporation for the Westside Water
Treatment Plant Membrane Filtration System - Shop Drawings
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute an engineering agreement
with Pall Corporation in the amount of $50,000.00 for the preparation of membrane equipment shop
drawings required for final design of the Westside Water Treatment Plant.
DISCUSSION:
The Water System Master Plan recommends constructing a water treatment plant in west Fort Worth. The
proposed Westside Water Treatment Plant will treat raw water conveyed through a new raw water main,
connecting Lake Benbrook and Eagle Mountain Lake, currently being constructed by the Tarrant Regional
Water District (TRWD).
On March 20, 2007, (M&C C-22017) the City Council authorized an engineering agreement with Camp
Dresser & McKee for the Westside Water Treatment Plant Process Evaluation. Camp Dresser & McKee
conducted membrane pilot testing on Lake Benbrook raw water, analyzed the pilot testing results of all
three potential raw water sources, and evaluated feasible treatment process alternatives, including the use
of membranes. Based on this evaluation, a treatment process including membrane filtration for particle
removal was recommended and selected. Use of membrane filtration equipment requires pre-selection of
the membrane vendor, since each vendor's equipment is different and will influence structural, mechanical,
electrical and control components of the plant design.
On October 2, 2007, (M&C C-22433) the City Council authorized an engineering agreement with Camp
Dresser & McKee for the design of the Westside Water Treatment Plant. As part of this agreement, Camp
Dresser & McKee prepared membrane pre-selection contract documents and present worth bid evaluation
criteria. The present worth evaluation taken over a ten year period include the initial equipment cost, the
present worth of the membrane replacement cost, the present worth of the energy consumption, the
present worth of the cost of chemicals, and a facilities cost adjustment prepared by an independent third
party that assigned costs based off the required building footprint of each vendor's membrane
equipment. Based on the membrane pilot testing results, a total of three membrane vendors were pre-
qualified to submit bids.
By submitting a bid, each vendor agreed that should they be the selected membrane vendor, they would
execute an engineering agreement in the amount of $50,000.00 to prepare shop drawings of their
membrane equipment to be utilized by Camp Dresser & McKee in the final design of the Westside Water
Treatment Plant. The selected membrane vendor,is required to hold their equipment bid price for a period
of three hundred calendar days, during which tiif`lig'it is expected that Fort Worth will award a construction
contract to build the Westside Water Treatment Plant. The membrane vendor will sub-contract with the
Westside Water Treatment Plant general contractor, using the equipment bid price provided in the
membrane pre-selection bid.
The project was advertised for bid in the Fort Worth Star-Telegram on November 28th and December 5th,
2007. On January 17, 2008, the following bids were received:
Prequalified Membrane Vendor Total Present Worth Cost of Membrane System Engineering Services Fee
Pall Corporation $7,853,704.00 $50,000.00
GE Water Technologies $9,302,232.00
Siemens Water Technologies $10,457,178.50
A waiver of the M/WBE Waiver requirement was by the Water Department and approved by the M/WBE
office due to the presence of negligible subcontracting opportunities.
This project is located in western Tarrant County
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the
Water Capital Projects Fund.
TO Fund/Account/Centers FROM Fund/Account/Centers
P253 531200 607540045636 $50,000.00
Submitted for City Manager's Office by: Fernando Costa (8476)
Originating Department Head: S. Frank Crumb (8207)
Additional Information Contact: Chris Harder (8293)
City of Fort Worth, Texas
Water Department
NORTHWEST
WATER TREATMENT PLANT
MEMBRANE FILTRATION
SYSTEM
CAPITAL PROJECT NO. 00456
• rml� November 2007
PREPARED BY: P qP�E ..
cm
o..,J. D�1N.SHANNON .�
IN ASSOCIATION WITH: �• ��57897 0 ���
� A�'!g fo
Alan Plummer Associates,Inc.
Gupta&Associates,Inc.
op
City of Fort Worth
Northwest WTP—Membrane Filtration System
CITY OF FORT WORTH
Northwest Water Treatment Plant
Membrane Filtration System
Capital Project No. 00456
ADDENDUM NO. 1
December 20,2007
The Contract documents for the Northwest Water Treatment Plant—Membrane Filtration System,for
which bids are to be submitted to the City of Fort Worth,Texas,are hereby clarified and modified by this
Addendum No. 1. Bidders must acknowledge receipt of this Addendum on the Proposal—Part B.
JP. ' 'r� �s111
/ ::................................/
PROJECT MANUAL REVISIONS r.• d. DAN SHANN0N
...................................�
PART A—NOTICE TO BIDDERS ,10I oc..</57897 �-.►�
It
F'••.ENS• �e
S/ONALE �-r
a) Page A-3,Article 2.2—Add the following to the end of this article: Ix
"Facility layout drawings shall include,but not be limited to:
■ Dimensioned plan and elevation drawings of the membrane trains or membrane racks
showing all equipment,pipe sizes, wall penetrations,and appurtenances to be provided by
the MFSS, as well as inside dimensions of each membrane basin required for the
submerged membrane systems;
_ ■ The equipment provided by the MFSS shall take into account the hydraulic conditions
described in Section 11300A or 11300B, as appropriate for the equipment being provided,
and the drawings shall include hydraulic control elevations and critical equipment
dimensions required to meet the hydraulic requirements of the membrane filtration system;
■ For all skid-mounted equipment provided by the MFSS,provide plan and elevation
drawings showing overall skid dimensions,skid weights,pipe connection sizes,and
electrical connection requirements;
■ For all non-skid-mounted equipment(including PLC)provided by the MFSS,provide
equipment cut sheet drawings showing overall equipment dimensions, weights,pipe
connection sizes,and electrical connection requirements;
■ For all piping provided by the MFSS,provide a pipe schedule specifying pipe material,
diameter, use, and installation location if this information is not included on the drawings;
■ For all valves provided by the MFSS,provide a valve schedule specifying valve size,
material,type,use,and installation location if this information is not included on the
drawings; and
■ Hardcopies of all information required shall be delivered to Mr. Frank Crumb,Director,as
noted above.
Facility layout drawings and HP information shall also be submitted in hardcopy format by
December 28,2007,to: Mr.Danny Shannon,Camp Dresser&McKee,777 Taylor Street, Suite
1050,Fort Worth,Texas 76102."
ADDENDUM.Nol 1
City of Fort Worth
Northwest WTP—Membrane Filtration System
b) Page A-4, Article 6.1. Replace Article 6.1 with the following:
"All questions about the meaning or intent of the Contract Documents shall be received in writing
by Camp Dresser&McKee Inc., 777 Taylor Street, Suite 1050,Fort Worth,Texas 76102 Attn:
Mr. Danny Shannon,P.E.,or by e-mail(shannonjd@cdm.com). Questions received less than ten
days before the date herein set for the opening of Proposals may not be clarified by addenda."
c) Page A-5, Article 8.1. Add the following to the end of this paragraph:
"Proposal Securities for the lowest three bidders will be held until the Special Engineering
Services Contract is awarded. The Proposal Security for the bidder awarded the Special
Engineering Services Contract and selected to provide the membrane filtration system will be held
for 300 days or until such time the subcontract agreement between the General Contractor and the
MFSS has been executed."
d) Page A-11, Article 17.2.e—Revise the unit cost value for Phosphoric Acid to read as follows:
"$7.00/gallon of 85% solution"
e) Page A-11,Article 18.1. Replace this paragraph in its entirety with the following:
} "18.1 Not less than the wage rates issued by the U.S. Department of Labor under the Davis-Bacon
and related Acts must be paid on this project. The wage rates shall be for the specific project
location. Refer to the web site ww-.gpo.gov/davisbacon/tx.html for the applicable rates."
PART B—PROPOSAL
a) Page B-2,Article 1.6. Add the following sentence at the end of the paragraph:
"If the General Contractor has not been awarded the contract within the 300 calendar period,the
MFSS bid price presented in the Proposal will be adjusted upward based upon the ratio of the
applicable Consumer Price Index (CPI)numbers between the 300 day period and such time the
General Contractor is awarded the contract by the City."
— b) Page B-5, Item EA—Revise the percent concentration of phosphoric acid from 75%to"85%".
c) Page B-7,Table 6.1, Item 3—Revise the amount for Pall from"7"to"5".
d) Page B-7,Table 6.1,Item 6—Delete the amounts shown for all and replace it with the following:
"= 15-MGD net capacity divided by the number of parallel membrane filtration treatment trains
provided"
e) Page B-8,Table 6.1, Item 7—Delete the amounts shown for all and replace it with the following:
"=21-MGD net hydraulic capacity divided by the number of parallel membrane filtration
treatment trains provided"
f) Page B-9,Table 6.1,Item 25 and Item 31 —Revise the percent concentration of phosphoric acid
from 75%to"85%".
ADDENDUM.Nol 2
City of Fort Worth
Northwest WTP Membrane Filtration System
PART D—SPECIAL CONDITIONS
a) Page D-5,Article D-6. Replace this paragraph in its entirety with the following:
Not less than the wage rates issued by the U.S. Department of Labor under the Davis-Bacon and
related Acts must be paid on this project. The wage rates shall be for the specific project location.
Refer to the web site www.gpo.gov/daNisbacon/tx.html for the applicable rates."
SECTION 01610—TRANSPORTATION AND HANDLING OF GOODS
a) Page 01610-1,Paragraph 1.01.A.1 —Revise this sentence to read: "The MFSS shall be responsible
for transportation and delivery of equipment and materials to the Point of Destination."
SECTION 01740—WARRANTIES
a) Page 01740-2,Paragraph 1.04.A.2.a.ii—Delete this paragraph ii.
b) Page 01740-2,Paragraph 1.04.A.2.b.ii—Delete this paragraph ii.
c) Page 01740-3,Paragraph 1.04.A.2.c—Delete this paragraph and replace it with the following:
"c. The maximum term of the membrane module warranty for any replacement membrane
modules required to satisfy warranty claims shall not exceed the maximum term of this membrane
module warranty— 120 months after the Warranty Start Date."
SECTION 01750—SPARE PARTS
a) Page 01750-4,Table 01750-A,Paragraph 7.e—Delete paragraph"e"in its entirety. Note:MFSS
shall provide chemicals during startup, commissioning and acceptance testing as specified
elsewhere in Division 1.
SECTION 11170—PILOT PLANT
a) Page 11170-5, Paragraph 2.01.A.3.a.ii-Replace in its entirety with the following:
"ii. Clean in place tank and CIP pump(if needed).
SECTION 11211 —HORIZONTAL END SUCTION PUMPS
a) Page 11211-8, Paragraph 2.05.B.4-Replace in its entirety with the following:
444. Test one pump for NPSHR"
SECTION 11244—FIBERGLASS STORAGE TANKS
a) Page 11244-4, Paragraph 1.06.B.La—Revise the concentration indicated for phosphoric acid to
read"85%"instead of 98%.
ADDENDUM.Nol 3
City of Fort Worth
Northwest WTP—Membrane Filtration System
w
SECTION 11300A—SUBMERGED MEMBRANE FILTRATION SYSTEM
a) Page 11300A-2, Paragraph 1.0l.A.6.o-Replace in its entirety with the following:
"o. all required fasteners and miscellaneous appurtenances for MFSS provided equipment
except anchor bolts. MFSS shall provide fabrication drawings showing information for
sizing and placement of all anchor bolts required for all MFSS provided equipment and
appurtenances."
b) Page 11300A-5, Paragraph 1.02.C.13 -Replace in its entirety with the following:
"13. National Sanitation Foundation International(NSF)."
c) Page I I300A-29,Paragraph 2.06.A—Delete the words"...and cleaning chemicals..."
SECTION 11300B—PRESSURE MEMBRANE FILTRATION SYSTEM
a) Page 1130013-2, Paragraph 1.01.B.6.m-Replace in its entirety with the following:
M. all required fasteners and miscellaneous appurtenances for MFSS provided equipment
except anchor bolts. MFSS shall provide fabrication drawings showing information for
sizing and placement of all anchor bolts required for all MFSS provided equipment and
appurtenances."
b) Page 1130013-5, Paragraph 1.02.C.13 -Replace in its entirety with the following:
"13. National Sanitation Foundation International(NSF)."
c) Page 1130013-27,Paragraph 2.06.A—Delete the words"...and cleaning chemicals..."
SECTION 11377—CENTRIFUGAL AIR BLOWERS
a) Page 11377-7,Paragraph 2.03.A. Change"1800 rpm"to"3600 rpm".
SECTION 13300—PROCESS INSTRUMENTATION AND CONTROLS -GENERAL PROVISIONS
a) Page 13300-22, Paragraph 2.02.I.5.e-Replace in its entirety with the following:
M"
"e. Manufacturers shall be:
(1) Phoenix Contact—Plugtrab Series
(2) Transector-STORM series
(3) Approved Equal."
b) Page 13300-22, Paragraph 2.02.1.6.c-Replace in its entirety with the following:
C. Manufacturers shall be:
(1) Phoenix Contact—Bricktrab Series
(2) Transector STORM series
(3) Approved Equal."
M ADDENDUM.Nol 4
City of Fort Worth
Northwest WTP—Membrane Filtration System
rw
c) Page 13300-23, Paragraph 2.02.19-Replace in its entirety with the following:
"9. Manufacturers shall be:
(1) Phoenix Contact model series TT-2-PE-24DC,TT-2/2-24DC,or TT-EX(I)-24DC.
Phoenix Contact model series PT 2 x Ex(I)-24DC. One plug and base required for
two analog loops or four discrete signals.
(2) Transector STORM Series
(3) Approved Equal."
SECTION 13310—PROGRAMMABLE LOGIC CONTROLLER(PLC)BASED CONTROL SYSTEMS
a) Page 13310-11,Paragraph 2.06.C.16 -Remove and replace the last sentence with the following:
"The UPS system shall be Powerware Ferrups UPS as manufactured by Eaton Corporation."
SECTION 13315—PROCESS INSTRUMENTATION AND CONTROLS—PRODUCTS
a) Page 13315-07,Paragraph 2.01.D.5 -Replace in its entirety with the following:
"5 Manufacturers:
a. Flygt
b. Grainger
C. GE Series MJK Model 7030
d. Approved Equal."
b) Page 13315-08,Paragraph 2.0I.E.5 -Replace in its entirety with the following:
"5. Manufacturers:
a. Rosemount 1151, -DP,GP, or AP series
b. Endress&Hauser
C. Approved Equal."
c) Page 13315-17,Paragraph 2.0 LK-Replace in its entirety with the following:
"K. Chlorine Residual Analyzer
1. Type:
a. Microprocessor based electronic transmitter/converter with a
submersible membrane covered polarographic type sensor that does not
require the addition of chemical reagents.
2. Functional/Operation:
a. Power Requirements- 115 V,60 Hz supply.
b. Operating Range-Selectable 0 to 1;0 to 5;0 to 10 ppm chlorine.
C. Signal Output-Isolated 4-20 mA
d. Accuracy—Plus/Minus 0.02 ppm or 0.5%of full scale.
ADDENDUM.Nol 5
City of Fort Worth
Northwest WTP—Membrane Filtration System
e. Alarms-Two adjustable SPDT relays rated 6 amps at 250V AC, 5A at
24 VDC,resistive.
f. Linearity—0.1%of full scale.
g. Repeatability—Plus/Minus 0.01 ppm pr 0.3%of full scale.
h. Response Time—90%in 60 seconds.
i. Display—4 digit LCD with.7-in high characters.
3. Physical:
a. Transmitter/Converter Enclosure -NEMA 4X.
b. Sensor Material-PVC body, gold cathode, silver anode,or other noble
metal electrodes and chlorine permeable membrane.
C. Mounting-Sensor shall be installed for pipe or handrail mounting,or
installed for flow thru tee applications. Electronics case shall be suitable
— for pipe,unistrut,or wall mounting as required.
4. Options/Accessories Required:
a. Provide a complete handrail mounting system or flow thru tee mounting
system. The handrail mounting system shall include PVC mounting
pipe (length as required)and stainless steel mounting hardware. The
flow thru tee mounting system shall include all flow regulators,pressure
regulators,shutoff valves,sample pumps,etc,as detailed or required for
-- complete operational system.
b. Provide sensor cable of sufficient length for installation without splices
between the sensor and transmitter.
C. Where the manufacturer indicates that the sensor will be subject to both
_ free chlorine and combined chlorine in the water being measured,the
WSS shall supply the necessary sample conditioning required to
monitor total chlorine residual.
5. Manufacturers:
a. ATI,Model Q45H
b. Approved Equal'
ADDENDUM.Nol 6
w
City of Fort Worth
Northwest WTP—Membrane Filtration System
du
d) Page 13315-17, Paragraph 2.01.E-Replace in its entirety with the following:
"L. pH/ORP/Temperature Analyzer Monitor
1. Sensing Element
a. Type:
1) pH-sensitive glass membrane electrode or a Platinum/Gold electrode for ORP
measurement.
2) Double junction reference electrode and ground electrode with preamplifier in one
sensor.
3) For submersion or flow-through application as required.
b. Function/Performance:
1) Purpose: To measure the pH/ORP /Temperature value of the process fluid as
required.
2) Operating Principle:Compare the electrode with a standard and produce a signal.
3) Range: TBD per process and as determined by Vendor.
4) Accuracy: +0.02 pH with a repeatability of:±0.05 pH and+3 mV ORP.
c. Physical:
1) PVDF sensors.
2) Provide sensor protector sleeve.
d. Manufacturer(s):
1) Match to Indicating Transmitter
2. Indicating Transmitter
s
a. Single Sensor Transmitter
1) Purpose:To sense a single pH,ORP,or Temperature signal and output a 4-20 mA
DC isolated electronic signal,corresponding to process pH,ORP,or Temperature.
ADDENDUM.Nol 7
City of Fort Worth
Northwest WTP—Membrane Filtration System
2) Low level input from sensing element.
3) Analog Output:A single configurable isolated 4-20 mA output corresponding to
measured pH, ORP,or Temperature as required.
4) Power Supply: 115 volts AC, 60 Hz
5) Response Time: 0.1 to 2.0 seconds
b. Dual Input/Output Transmitter
�. 1) Purpose: Accept inputs from two independent sensors, with simultaneous
measurements from the same or of different source types,by the same analyzer.
2) Temperature compensation of-5 to 105 degrees Celsius for pH measurement.
3) Analog Outputs: Two configurable isolated 4-20 mA outputs corresponding to
measured pH,ORP,and/or Temperature
w
4) Alarm Contacts: Two Form C -5A @ 125VAC/30VDC
c. Physical:
Mill
1) Weatherproof NEMA 4X metal enclosure.
2) Handrail mounted, 316 stainless steel mounting hardware.
3) Electrical connections: 20 mm(3/4-in).
4) Provide sunshields on all units mounted in direct sunlight.
d. Manufacturer(s):
1) Foxboro:Model 870ITPH-single sensor,Model 873DPX-dual sensor
2) Approved Equal
e) Page 13315-22,Paragraph 2.01.0.Le-Replace in its entirety with the following:
"e. Manufacturers:
i. (1) Rosemount
ii. (2) Endress&Hauser
iii. (3) Moore Industries
iv. (4) Approved Equal."
ADDENDUM.Nol 8
City of Fort Worth
Northwest WTP—Membrane Filtration System
f) Page 13315-23,Paragraph 2.01.O.2.e-Replace in its entirety with the following:
.� "e. Manufacturers:
(1) Rosemount
(2) Endress&Hauser
(3) Moore Industries
(4) Approved Equal."
SECTION 13325—CONTROL PANELS AND PANEL MOUNTED EQUIPMENT
a) Page 13325-04,Paragraph 2.03.A—Remove and replace the last sentence in its entirety with the
following:
"All panels shall be as manufactured by Rittal,Hoffman,Ralston or Approved Equal."
SECTION 15100—VALVES AND APPURTENANCES
a) Page 15100-11, Paragraph 2.06.A.4—Revise the last sentence to read as follows:
"Ball valves shall be as manufactured by Henry Pratt Co.,Aurora,IL; Willamette,Portland;
CFF;or United Alloy."
b) Page 15100-13, Paragraph 2.09.A.7—Add item f as follows:
"f. George Fisher:
SECTION 16000—ELECTRICAL REQUIREMENTS
a) Page 16000-4,Paragraph 1.05 A.1. Delete this paragraph in its entirety and replace with the
following:
"1. The equipment, control panels and instruments shall be suitable for installation in an
industrial indoor environment maintained between 50 degrees F and 93 degrees F."
b) Page 16000-5, Paragraph 2.01.C.2—Revise item c and add item d as follows:
"c. Ralson.
d. Or equal."
c) Page 16000-5, Paragraph 2.02.A.5 —Revise item b and add item c as follows :
I.C. A.I.W.C.
`~ d. Or equal."
ADDENDUM.Nol 9
r.
City of Fort Worth
Northwest WTP—Membrane Filtration System
d) Page 16000-6, Paragraph 2.03.A.2—Revise item b and add item c as follows :
"c. Anixter.
d. Or equal."
END OF ADDENDUM NO. 1
PR
w
ADDENDUM.Nol 10
on
City of Fort Worth
Northwest WTP—Membrane Filtration System
*' CITY OF FORT WORTH
Northwest Water Treatment Plant
Membrane Filtration System
Capital Project No. 00456
ADDENDUM NO.2
.� December 28,2007
The Contract documents for the Northwest Water Treatment Plant—Membrane Filtration System, for
which bids are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this
Addendum No. 2. Bidders must acknowledge receipt of this Addendum on the Proposal -Part B.
C
It
01
o •J.,DAN SHANNON*i
�•.4 57897
PROJECT MANUAL REVISIONS s/o ivAz �- „Q,Vo
fl S — Vie/
PART A—NOTICE TO BIDDERS
a) Page A-1, In the first paragraph,change "January 10,2008"to"January 17, 2008"(two locations).
This reflects that the bid date has been changed from January 10, 2008 to January 17,2008.
b) Page A-5,Article 9.1. Add the following before the last sentence of the paragraph:
"The performance and payment bonds shall be provided at contract start. The maintenance bond
shall be provided at successful completion of the performance warranty testing."
c) Page A-12,Article 20.2. In the last sentence, add",but no more than 365 days,"after"200 days".
d) Page A-12,Article 21.2. Add the following at the end of the paragraph:
"The total amount of liquidated damages payable by the MFSS shall not exceed ten percent(10%)
of the MFSS contract price."
i
PART C—GENERAL CONDITIONS
a) Page C-1. In the opening paragraph,delete the last sentence in its entirety and replace with the
following: "This Part C-General Conditions, identifies items within Part C that may apply to the
MFSS as a subcontractor to the General Contractor. Part D—Special Conditions that follow are
Wks specifically written for the MFSS as it relates to this project."
ADDENDUM.No2 I
�r
City of Fort Worth
Northwest WTP—Membrane Filtration System
PART D—SPECIAL CONDITIONS
a) Page D-2,Article D4—Label the existing paragraph"A." Add the following Paragraph B to the
-- end of Article D4:
"B. Progress and Final Payment:
1. After review and approval of all Shop Drawings and after the General Contractor has
issued a"Notice to Commence Fabrication",the MFSS shall submit an Application for
Payment in accordance with the General and Supplementary Conditions. The OWNER,
through the General Contractor,will provide payment for 20 percent of the Contract Price
(Item A of Proposal), less the aggregate of payments previously made."
2. Prior to Acceptance Testing,progress payments will be made by the OWNER,through the
General Contractor, in an amount equal to up to 80 percent of the Contract Price,less the
aggregate of payments previously made,based on the delivery of Goods to the Point of
Destination, and Installation, Startup and Commissioning of Goods by the MFSS"
3. Upon completion of the Acceptance Testing,the OWNER,through the General
Contractor,will pay an amount equal to 95 percent of the Contract Price, less the
aggregate of payments previously made.
4. Final Payment. Upon Final Completion or six months after completion of the Acceptance
Testing,whichever occurs first,the OWNER,through the General Contractor,will pay the •
remainder of the Contract Price.
5. Retainage. OWNER,through the General Contractor, will hold five percent(5%)
retainage for work performed until Final Payment."
b) Page D-6,Article D-8,Paragraph B.2. In the last sentence, add",but no more than 365 days,"
after"200 days".
c) Page D-6,Article D-8,Paragraph C.2. Add the following at the end of the paragraph:
"The total amount of liquidated damages payable by the MFSS shall not exceed ten percent(10%)
of the MFSS contract price."
R d) Page D-7,Article D-11. In the last sentence of the first paragraph , delete"C 3-3.7 BONDS and".
e) Page D-8,Article D-16. Replace "manufacturer"with"MFSS"(three locations).
f) Page D-8,Article D-16. In the second sentence of the first paragraph,add"supplied by the
MFSS"following"parts of the equipment"and replace"final project completion"with"Warranty
Start Date as defined in Section 01740".
PART G—SPECIAL ENGINEERING SERVICES AGREEMENT
a) Page G-6,Article 11.4. Replace"ENGINEER"with"MFSS" (two locations).
b) Page G-6,Article 11.4.b. Add"work performed prior to termination, and"following"will be paid
for".
c) Page G-6,Article 11.4. Change the numbering of paragraphs"c", "d", "e"and"f'to cc", "2", "3"
and"c"respectively.
d) Pages G-7 and G-8. Change article "11.6 Assignment"to"11.7 Assignment"and change the
remaining article numbering to reflect successive numbers.
ADDENDUM.No2 2
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01670—ACCEPTANCE TESTING OF MEMBRANE EQUIPMENT
a) Page 01670-2,Paragraph 3.0 LA—Add the following to the end of this paragraph: "At least two
w membrane filtration treatment trains will be tested at the design conditions specified in Part B,
Proposal for at least 30 consecutive days to confirm the membrane filtration system operates in
accordance with these Contract Documents. The remaining membrane filtration treatment trains
will be tested at the design conditions specified in Part B,Proposal for at least 7 consecutive days
to confirm the membrane filtration system operates in accordance with these Contract
Documents."
SECTION 01740—WARRANTIES
4 a) Page 01740-2,Paragraph 1.04.A.1. In the first sentence, delete"lime softened,coagulated and
settled drinking"and replace with"settled".
b) Page 01740-5,Paragraph, 1.04.13.2—Modify this sentence to read: "...(including cleaning and/or
neutralization chemical costs and energy costs)..."
c) Page 01740-5,Paragraph, 1.04.D.2.a—Modify this sentence to read: "...that results in an increase
in chemical or energy usage rates if a mutually agreeable method is put in place for the MFSS to
reimburse OWNER for the resulting increased chemical and/or energy costs for the remainder of
the pro-rata warranty period."
d) Page 01740-6,Paragraph 1.04.17.3.a—change "than"to"then".
e) Page 01740-6,Paragraph 1.04.F.3.b—revise this sentence to read as follows: "If for a membrane
module,the maximum percentage of membrane fiber breaks per module(as a percentage of the
total number of fibers per module)is exceeded in accordance with Table 1 as shown below."
fl Page 01740-7,Paragraph, 1.041.3.b,Table 1 —Revise the title of Table 1 to read"Table 1:
Maximum Percentage of Membrane Fiber Breaks Per Module".
SECTION 09901 —SURFACE PREPARATION AND SHOP PRIME PAINTING
a) Page 09901-2,Paragraph 2.01.13. Replace the first sentence with the following:
"B. Structural Steel and Loose Steel Lintels and other Ferrous Metals(i.e.,Mechanical
Equipment,etc.)shall be applied with one of the following coats. In lieu of these coatings,
mechanical equipment may be provided with a primer coating that is the manufacturer's standard
coating, as long as it meets the general intent of the specification."
SECTION 11170—PILOT PLANT
a) Page 11170-5 Paragraph 2.0l.A.3.a.iv.—Delete this item in its entirety.
b) Page 11170-5 Paragraph 2.01.A.3.b.iv.—Delete this item in its entirety.
ADDENDUM.No2 3
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11244—FIBERGLASS STORAGE TANKS
a) Pager 11244-1,Paragraph 1.0l.A—Revise to read as follows:
"A. Furnish all labor,materials, equipment,and incidentals required and install ready for
operation one(1)fiberglass filament wound Acid CIP Batch tanks(if needed), one(1)
�. Caustic/Hypochlorite CIP Batch tank(if needed), one(1)Hypochlorite day/bulk tank, one
(1)Backwash Storage Tank(if needed), one(1)Neutralization Tank,one(l)chemical
storage tank for each CIP/MW and neutralization chemical required by the MFSS and all
appurtenances as necessary. The tanks and accessories shall be the responsibility of the
MFSS."
SECTION 11300A—SUBMERGED MEMBRANE FILTARTION SYSTEM
a) Paragraph 2.0l.C.3.b.2—Revise to read as follows:
"2). All membrane modules,process piping and other appurtenances, within the SMF cell,
shall be supported on a structural frame. Process pining such as cell filtrate and air headers
need not be supplied with structural frames so long as they may be anchored to the
concrete cell (anchors supplied by MFSS). The structural frame and cassette support
assemblies shall be manufactured of 316L stainless steel or high-grade reinforced cast
nylon and shall be designed to connect to the walls or floor of the process tank. The
support assemblies shall use all 316L stainless steel accessories."
Page 11300A-17,Paragraph 2.01.C.8.e—Revise to read as follows:
"e. Provide facilities to mix chemicals to neutralize and/or dechlorinate spent chemical
solutions prior to discharge. Provide automatic pH monitoring. Provide automatic chlorine
monitoring or Oxidation Reduction Potential (ORP)meter to monitor chlorine residuals."
b) Page I I300A-24,Paragraph 2.02K.2—Revise to read as follows:
4&2. Refer to Section 11244,Fiberglass Tanks"
SECTION 11300B—PRESSURE MEMBRANE FILTRATION SYSTEM
a) Page 11300B-14,Paragraph 2.01.C.3.f—Delete this item in its entirety.
b) Page I I300B-16,Paragraph 2.0I.C.8.e—Revise to read as follows:
" "e. Provide facilities to mix chemicals to neutralize and/or dechlorinate spent chemical
solutions prior to discharge. Provide automatic pH monitoring.Provide automatic chlorine
monitoring or Oxidation Reduction Potential(ORP)meter to monitor chlorine residuals."
SECTION 11372—POSITIVE DISPLACEMENT BLOWERS
a) Page 11372-1,Paragraph 1.01.A.—Revise to read as follows:
"A. The MFSS . . .including electric motors, inlet and outlet silencers,manual discharge
unloading valve,controls and accessories as specified herein."
ADDENDUM.No2 4
City of Fort Worth
Northwest WTP—Membrane Filtration System
b) Page 11372-1,Paragraph 1.O1.B—Revise subparagraphs to read as follows:
666. V-belt sheaves,sheave couplings,and belts.
7. Outlet,discharge silencer.
,-, 8. Adjustable motor drive base and vibration isolation system.
9. Inlet and outlet vacuum and pressure relief devices.
10. Control Panel
11. Accessories as specified.
12. Other appurtenances as required by the blower manufacturer."
c) Page 11372-2 thru 4,Paragraph 1.03.A—Modify as per the following:
Item 6,replace"packing"with"seals".
Item 11, delete item"i"in its entirety.
Item 12, add the sentence"Complete information regarding V-belt drive sheave sizing(diameters)
and belt type,size, and tension."
Item 14,revise to read"Silencer Data—Inlet Filter/Silencer and Discharge Silencer"
Item 16,replace"turning"with"guide".
d) Page 11372-6,Paragraph 2.0 LH—Replace"turning"with"guide".
e) Page 11372-6,Paragraph 2.02.A—Revise to read as follows:
"A. The blower shall deliver. . . fabricated steel base designed to permit incremental
manipulation of driver position for ease of sheave and V-belt adjustment and replacement.
The unit. . ."
f) Page 11372-6,Paragraph 2.02.0—Revise item C to read a follows:
"* "C. The blower shall be a positive displacement rotary blower which employs two,closed-end
impellers to deliver a trapped volume of air at a controlled rate prior to exposing it to a
discharge pressure."
g) Page 11372-7,Paragraph 2.02.E—Revise to read as follows:
"E. The blower shall . . . common base plate designed to permit incremental manipulation of
driver position for ease of sheave and V-belt adjustment and replacement. V-belt drives . . ."
., h) Page 11372-7,Paragraph 2.02.G—Add the following after the first sentence:
"Impellers shall be a closed-end type to prevent accumulation of materials with the lobe,which
could lead to imbalanced operation."
ADDENDUM.No2 5
City of Fort Worth
Northwest WTP—Membrane Filtration System
i) Page 11372-7,Paragraph 2.03.A—Replace"1800 rpm"with"3600 rpm".
j) Page 11372-7,Paragraph 2.03 —Add the following item:
"C. MFSS shall coordinate the maximum blower run-time and maximum/minimum blower
-. start/stop intervals with blower supplier to ensure motor is operated within the
manufacturer's standard limits.
k) Page 11372-7,Paragraph 2.04.A—Revise the last sentence to read". . .requirements of Sections
15100 and 15105."
1) Page 11372-7,Paragraph 2.043—Revise third sentence to read as follows:
"Sealing members shall be suitable for full-range of discharge air temperatures to which they will
be exposed. Seals shall at minimum be Buna-N."
m) Page 11372-7,Paragraph 2.04.0—Add the following sentence.
"Furnish SST tie-rods as required for anticipated operating conditions to prevent elongation of
joints beyond design limits."
4 n) Page 11372,Paragraph 2.04.D—Revise to read as follows:
"D. Each blower shall be furnished with individual dry-type inlet air filter/silencer and
- discharge silencer each sized for 120 percent of the design volume. Filter elements shall
be cleanable and replaceable. Discharge silencer shall be a combination reactive and
adsorptive type unit. Silencers and all internal components and media shall be designed
for proposed operational conditions(temp,pressure,humidity,etc.). Combination inlet air
filter/silencer and discharge silencer shall be as manufactured by Universal Silencers,
Stoddard Silencers,Burgess Industries,or equal. Silencer shall provide minimum
attenuation of.
Octave Band 125 250 500 1K 2K 4K 8K
Attenuation dB. 3 4 10 15 20 20 15
However,the combined noise level of motor and blower shall not exceed 85 dBA at 3-ft
from the unit. Silencers shall be furnished complete with inspection port openings if
available and integral base-plate supports or mounting brackets as required. Provide
pressure differential indicator gauge with each silencer."
o) Page 11372-8,Paragraph 2.04—Replace the noted items with the following:
"E. Temperature and vacuum/pressure gauges shall be provided on the blower inlet and
discharge piping systems downstream and upstream of the inlet and discharge silencers,
respectively. Temperature and vacuum/pressure gauges shall be furnished and installed in
accordance with Section 13315. Selection and calibration shall be coordinated by the
MFSS based on their prescribed operating conditions and the operating ranges of the
selected blower.
ti
ADDENDUM.No2 6
City of Fort Worth
Northwest WTP—Membrane Filtration System
F. A high discharge air temperature element/switch shall be provided on each blower
discharge piping system. The element shall be a protective feature used for detecting
excessive discharge temperature,shutdown of the blower,and local/remote alarm of the
high temperature condition. Each element shall be hardwired to the Blower Control
Panel. The temperature element shall be furnished and installed in accordance with
Section 13315. Upon activation of a trip condition,the switch shall require manual reset.
+ G. A high discharge pressure element/switch shall be provided on each blower discharge
piping system. The switch shall be a protective feature used for detecting excessive
discharge pressure, shutdown of the blower, and local/remote alarm of the high pressure
condition. Each element shall be hardwired to the Blower Control Panel. The
temperature element shall be furnished and installed in accordance with Section 13315.
Upon activation of a trip condition,the switch shall require manual reset."
p) Page 11372-8,Paragraph 2.04.H—Revise to read as follows:
"H. Safety devices, including inlet(vacuum)and outlet(pressure)relief valves,and controls as
recommended. . ."
q) Page 11372-8,Paragraph 2.04.I—Delete this item in its entirety and replace with the following:
66
1. Furnish vibration isolation system with each blower skid. The isolation system may either
be integral to the skid or furnished separate for installation by the Contactor. Isolation
system shall be as recommended by the blower supplier and at minimum shall include
suitable resilient-type vibration isolation pads."
r) Page 11372-8,Paragraph 2.05.A—Revise to read as follows:
"A. Each blower shall be provided with a local control panel. Each control panel shall include
all controls to operate the blowers and provide detection of malfunctions and shut-down
should malfunctions occur. The control panels shall incorporate all features required for
proper operation of the blowers. The local control panel shall be furnished as per panel
requirements specified in Section 13325. The local control panel shall house all control
components and shall be pre-wired. Panel shall be assembled and famished by the blower
_ manufacturer. At minimum,each local panel shall contain alarm indicator lights,circuit
breaker,a hand-off automatic selector switch,run indicating light,elapsed time meters and
any other control components as required by the MFSS."
s) Page 11372-9,Paragraph 2.05—Delete items B,C,D, E, and F in their entirety and renumber"G"
to"B".
t) Page 11377-10,Paragraph 3.0LC—Revise to read". . . for a period of not less than three(3)days
in two separate visits. . . "
u) Page 11372-10,Paragraph 3.02.A—Revise the phrase"... ASME Power Test Code-10..."to read
"... ASME Power Test Code-9...".
ADDENDUM.No2 7
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11377—CENTRIFUGAL AIR BLOWERS
a) Page 11377-1,Paragraph 1.0LA—Revise to read as follows:
"A. MFSS shall furnish . . . electric motors, silencers,inlet control valve,discharge blow-off
valve(if required), controls and accessories as specified herein."
b) Page 11377-1,Paragraph 1.01.13—Revise subparagraphs to read as follows:
"5. Discharge Manual Shut-off Valve
6. Inlet Control Valve and Actuator
7. Vibration isolation system
8. Accessories as specified
9. Coupling and common base for motor connection
" 10. Control Panel"
c) Page 11377-4,Paragraph 1.03.A.16—Revise to read". . . for inclusion of guide vanes in the
blower inlet and outlet discharge piping."
d) Page 11377-6,Paragraph 2.01.11—Revise to read ". . . shall determine requirements for inclusion
of guide vanes in the piping elbows . . ."
e) Page 11377-6,Paragraph 2.02.A—Delete the seventh sentence of this paragraph in its entirety.
Revise"3550 rpm."to read"3600 rpm.".
f) Page 11377-7,Paragraph 2.03.A—Revise"1800 rpm."to read"3600 rpm."
g) Page 11377-7,Paragraph 2.03--Add the following item:
"C. MFSS shall coordinate the maximum blower run-time and maximum/minimum blower
start/stop intervals with blower supplier to ensure motor is operated within the
manufacturer's standard limits."
h) Page 11377-8,Paragraph 2.04.A—Revise the last sentence to read"Valves shall meet the
requirements of Sections 15100 and 15105."
i) Page 11377-8,Paragraph 2.043—Revise third sentence to read as follows:
"Sealing members shall be suitable for full-range of discharge air temperatures to which they will
be exposed. Seals shall at minimum be Buna-N."
j) Page 11377-8,Paragraph 2.04.0--Add the following sentence.
"Furnish SST tie-rods as required for anticipated operating conditions to prevent elongation of
joints beyond design limits."
ADDENDUM.No2 8
City of Fort Worth
Northwest WTP--Membrane Filtration System
k) Page 11377-8,Paragraph 2.04.1)—Add the following sentence:
"Silencers and all internal components and media shall be designed for proposed operational
conditions(temp,pressure,humidity,etc.). Provide a pressure differential indicating gauge with
each filter/silencer."
1) Page 11377-8,Paragraph 2.04.E—Replace with the following:
"E. Temperature gauges shall be provided on the blower inlet and discharge piping systems
upstream and downstream of the inlet and discharge expansion joints,respectively. A
pressure gauge shall be provided on the blower discharge piping. Temperature and
pressure gauges shall be furnished and installed in accordance with Section 13315.
Selection and calibration shall be coordinated by the MFSS based on their prescribed
T operating conditions and the operating ranges of the selected blower."
m) Page 11377-8,Paragraph 2.04.17—Replace with the following:
"F. [NOT USED]"
n) Page 11377-8,Paragraph 2.04.G—Replace with the following:
"G. [NOT USED]"
o) Page 11377-8,Paragraph 2.04.I—Delete this item in its entirety and replace with the following:
"I. Furnish vibration isolation system with each blower skid. The isolation system may either
be integral to the skid or furnished separate for installation by the Contactor. Isolation
system shall be as recommended by the blower supplier and at minimum shall include
suitable resilient-type vibration isolation pads."
p) Page 11377-8,Paragraph 2.05.A—Revise to read as follows:
"A. Each blower shall be provided with a local control panel. Each control panel shall include
all controls to operate the blowers and provide detection of malfunctions and shut-down
should malfunctions occur. The control panels shall incorporate all features required for
proper operation of the blowers. The local control panel shall be furnished as per panel
requirements specified in Section 13325. The local control panel shall house all control
components and shall be pre-wired. The control panel shall be free standing. Panel shall
T be assembled and furnished by the blower manufacturer. Each local panel shall contain an
ammeter calibrated in blower output scfm and amps, alarm indicator lights,circuit breaker,
a hand-off automatic selector switch,run indicating light,elapsed time meter and any
-� other control components as required by the MFSS."
q) Page 11377-9,Paragraph 2.05—Delete items E and F in their entirety. Renumber item"G"to
"E„
r) Page 11377-10,Paragraph 3.01.0—Revise to read". . . for a period of not less than three(3)days
in two separate visits . . . "
ADDENDUM.No2 9
w
City of Fort Worth
Northwest WTP—Membrane Filtration System
s) Page 11377-10,Paragraph 3.02.A—Revise the phrase "... ASME Power Test Code-10..."to read
"... ASME Power Test Code-9...".
END OF ADDENDUM NO. 2
PR
I
rr
f
t+f
ADDENDUM.No2 10
rr
City of Fort Worth
Northwest WTP—Membrane Filtration System
CITY OF FORT WORTH
Northwest Water Treatment Plant
Membrane Filtration System
Capital Project No.00456
ADDENDUM NO.3
January 8, 2008
The Contract documents for the Northwest Water Treatment Plant—Membrane Filtration System, for
# which bids are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this
Addendum No. 3. Bidders must acknowledge receipt of this Addendum on the Proposal Part B.
%T s�l
01 It
v J. DAN SHANNON
PROJECT MANUAL REVISIONS
o: ` 57897 �:
PART B—PROPOSAL 1I %%ONAL se
��``o b 8
0�.
O .O
a) Page B-10, Table 6.1. Add item No. 38 to Table 6.1 as follows:
MFSS
38 Number of membrane fibers per membrane module. Specified
ti
PART D—SPECIAL CONDITIONS
a) Page D-8,Add the following Article D-18:
"D-18 MFSS's TOTAL LIMITATION OF LIABILITY:
Notwithstanding any other provision of the Contract Documents,the Membrane Filtration System Supplier
(MFSS)shall not be liable for any consequential, incidental, special,punitive or other indirect damages
w (other than liquidated damages expressly provided for in the Contract Documents). The MFSS's liability
under the Contract Documents shall not exceed 1.5 times the contract price for the purchase and services
related to procurement of the equipment."
w
SECTION 01715—EQUIPMENT OPERATION AND MAINTENANCE TRAINING
a) Page 01715-2,Paragraph 1.01.D.5—Revise the number of Shifts for all three levels of training
from"3"to "1".
ADDENDUM.No.3 1
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01740 -WARRANTIES
a) Page 01740-3, Paragraph 1.04.A.5.d.ii—Revise this paragraph to read: "The membrane feed water
*• quality parameters are specified in Section 11300A and 11300B. MFSS is responsible for the
instrumentation and control programming required to satisfy and maintain membrane module
warranty provisions. The MFSS shall establish the instrumentation alarm limits that would
prevent the operation of the equipment outside of the MFSS established limits."
SECTION 11170—PILOT PLANT
a) Page 11170-4, Paragraph 2.0I.A.3—Add the following sentences after the second sentence in this
paragraph: "The pilot plant shall be capable of operating at the maximum instantaneous flux rates
pilot tested during the Mansfield, Texas pilot study. Additionally,the number of membrane
modules supplied by the MFSS for the pilot plant shall be the maximum number of modules that
can be installed in the pilot plant(e.g.,Pall= 1 module;Zenon=3 modules;Memcor=4
modules)."
SECTION 11300A
a) Page 11300A-22, Paragraph 2.02.F. Revise the title of the paragraph to read as follows:
"F. Chemical Cleaning Solution/Make-up Water Transfer Pumps(If Required for Complete
and Operational SMF)"
b) Page I I300A-24. Add paragraph 2.02.M. as follows:
"M. Neutralization Pumps (If Required for Complete and Operational SMF)
1. Configuration: Horizontal Split Case Double Suction Pumps or Horizontal End
Suction Pumps.
2. Firm on-line neutralization system pumping/mixing capability shall be provided such
that pumping requirements can be met with any one neutralization pump off-line.
3. Pump casings shall be 316 stainless steel. Impellers shall be 316 stainless steel.
4. Refer to Section 11210,Horizontal Split Case Double Suction Pumps or Section
11211, Horizontal End Suction Pumps."
END OF ADDENDUM NO. 3
ADDENDUM.No.3 2
City of Fort Worth
Northwest WTP—Membrane Filtration System
CITY OF FORT WORTH
Northwest Water Treatment Plant
Membrane Filtration System
i
Capital Project No.00456
ADDENDUM NO.4
January 14,2008
The Contract documents for the Northwest Water Treatment Plant—Membrane Filtration System, for
` which bids are to be submitted to the City of Fort Worth,Texas, are hereby clarified and modified by this
Addendum No.4. Bidders must acknowledge receipt of this Addendum on the Proposal—Part B.
.s e
.. ...
.I
r J.�DAN SHANNON ..�
PROJECT MANUAL REVISIONS ............• ......• ......•
4 P_ 57897 vim:
PART B—PROPOSAL �0`;; A�L=�O
a) Page B-5,Item D. Replace the first and second paragraph with the following:
"Guaranteed average energy consumption for producing an average daily rate of 10.0 MGal of net
'F filtrate water at 20°C= KW-Hr, as defined in Section 01670.
The Present-worth value of energy consumption cost for a 10-year period is calculated as follows:
Present-worth value=Guaranteed average energy consumption for producing an average daily rate
of 10.0 MGal of net filtrate water at 200C= KW-Hr X $0.0843 per
KW-Hr X 365 days per year X a present worth factor of 8.53 ."
b) Replace Part B-Proposal with the attached Part B--Proposal. This proposal document has been
-- revised to reflect the changes to Part B Proposal presented in the previous addenda and item a)
above. This Proposal shall be completed,stapled to the original Part B—Proposal in the
specification manual, and submitted.
c) Attached to this addendum is the opinion of probable construction costs for installation and
construction of associated facilities that are outside of the MFSS scope of work. A separate
estimate of these costs has been prepared for each MFSS. The MFSS shall insert this cost in Item
G of the Proposal submitted.
SECTION 11300A
a) Page 11300A-28,Paragraph 2.05.B. Replace the second sentence with the following:
"The motor control centers will be provided by others."
ADDENDUM.No.4 1
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11300B
a) Page 11300B-26, Paragraph 2.05.B. Replace the second sentence with the following:
"The motor control centers will be provided by others."
END OF ADDENDUM NO.4
�r
�r
wr
ADDENDUM.No.4 2
City of Fort Worth
Northwest WTP—Membrane Filtration System
PART B
PROPOSAL
(This Proposal shall be attached to the Specifications and submitted with appropriate
supporting documents.)
TO: Charles Boswell
City Manager
Municipal Office Building
1000 Throckmorton
R Fort Worth, Texas 76102
PROPOSAL FOR:
Northwest Water Treatment Plant
Membrane Filtration System
Capital Project No. 00456
ARTICLE 1. PROPOSER'S DECLARATION AND UNDERSTANDING.
1.1.This Proposal is genuine and not made in the interest of or on behalf of any undisclosed
person, firm, or corporation and is not submitted in conformity with any agreement or
rules of any group,association,organization,or corporation;Proposer has not directly or
indirectly induced or solicited any other Proposer to submit a false or sham Proposal;
Proposer has not solicited or induced any person,firm, or corporation to refrain from
proposing; and Proposer has not sought by collusion to obtain for itself any advantage
over any other Proposer or over OWNER.
1.2.In submitting this Proposal,Membrane Filtration System Supplier(MFSS)certifies it is
qualified to do business in the state where the Project is located as required by laws,rules,
and regulations or,if allowed by statute, covenants to obtain such qualification prior to
contract award.
1.3 In submitting this Proposal,MFSS makes all representations required by the Notice to
Bidders and further warrants and represents that:
(a) MFSS has examined copies of all the Contract Documents,the Notice to Bidders,the
Instructions to Bidders,and of the following Addenda(receipt of all which is hereby
acknowledged):
No. Dated No. Dated
No. Dated No. Dated
No. Dated No. Dated
(b) MFSS has familiarized itself with the nature and extent of the Contract Documents,
Work, site, locality, and all local conditions and Laws and Regulations that in any
manner may affect cost,progress,performance or furnishing the Goods and Special
Services.
Part B Proposal(Addendum No.4).doc B-1 Part B—Proposal
1/14/2008
City of Fort Worth
Northwest WTP—Membrane Filtration System
(c) MFSS has obtained and carefully studied(or assumes responsibility for obtaining and
carefully studying)all such examinations,investigations,explorations,tests and
studies which may affect the cost,progress,performance or furnishing of the Goods
_ and Special Services at the Contract Price,within the Contract Times and in
accordance with the other terms and conditions of the Contract Documents; and no
additional examinations,investigations,explorations,tests,reports or similar
information or data are or will be required by MFSS for such purposes.
(d) MFSS has correlated the results of all such observations,examinations,investigations,
explorations,tests,reports and studies with the terms and conditions of the Contract
Documents.
(e) MFSS has given ENGINEER written notice of all conflicts,errors,omissions,
ambiguities or discrepancies that it has discovered in the Contract Documents and the
written resolution thereof by ENGINEER is acceptable to MFSS.
1.4 In this Section,the MFSS shall provide values for specific performance parameters for the
Membrane Filtration System. The MFSS understands and agrees that the values stated in
this Section for the associated performance parameters will be compared to the
_ performance standards required in Section I I300-A and Section I I300-B of the Contract
Documents. MFSS understands and agrees to guarantee the performance values stated
herein for the Membrane Filtration System in accordance with the guidelines specified in
Section 01740 of the Contract Documents. In addition,system design and operational
procedures shall be subject to approval by the Texas Commission on Environmental
Quality(TCEQ).
1.5 The undersigned agrees to enter into a Subcontract with the General Contractor for the
Northwest Water Treatment Plant Project to perform and furnish all Work and engineering
services as specified or indicated in the Contract Documents for the amount indicated in
this Proposal Form and in accordance with the other terms and conditions of these
Contract Documents.
-- 1.6 The undersigned accepts all of the terms and conditions of these Contract Documents
including,without limitation,those dealing with the disposition of Proposal security,and
the penalties that may be imposed based on results from the Acceptance Testing. This
T Proposal shall remain subject to acceptance for a period of 300 calendar days after the day
of Proposal opening. If the General Contractor has not been awarded the contract within
the 300 calendar period,the MFSS bid price presented in the Proposal will be adjusted
upward based upon the ratio of the applicable Consumer Price Index(CPI)numbers
between the 300 day period and such time the General Contractor is awarded the contract
by the City.
1.7 The MFSS acknowledges that it has reviewed the design criteria specified in these
Contract Documents and that the Proposal offered will meet the design and operational
criteria and project schedule as described in the Contract Documents. In submitting the
Proposal,the MFSS agrees to provide Goods to meet or exceed the requirements specified
in the Contract Documents.
Part B Proposal(Addendum No.4).doc B-2 Part B—Proposal
1/14/2008
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.8 The OWNER'S decision on membrane system equipment selection will be final. By
submitting a Proposal,MFSS waives any right to protest the decision.
1.9 The MFSS acknowledges that the selection of a proprietary membrane equipment MFSS
is the sole decision of the OWNER and such decisions are final.
1.10 The MFSS accepts that the membrane module replacement pricing shall be in accordance
" with the methods described in Section 01740,Warranties.
1.11 MFSS accepts the terms and conditions of the Contract Documents.
ARTICLE 2. INSURANCE.
2.1 MFSS further agrees that the Proposal amount(s) stated herein includes specific
consideration for the specified insurance coverages.
ARTICLE 3. LIQUIDATED DAMAGES.
3.1 MFSS agrees to pay the General Contractor for the Project liquidated damages for delay
(but not as a penalty), as described in Part A—Instructions to Bidders.
ARTICLE 4. STATE AND LOCAL SALES AND USE TAXES.
4.1 Except as may be specifically provided to the contrary in any of the Contract Documents,
the Proposal Price should include all applicable international, federal,state, and local
transportation,privilege, occupation,and other taxes applicable to the Goods and Special
Services, and all international, federal,state,and local taxes,contributions,and premiums
imposed upon or measured by the MFSS's or its Subcontractor's payroll. The OWNER
shall not be responsible for any state or local sales,use,or excise taxes.
ARTICLE 5. PROPOSAL SCHEDULE.
5.1 MFSS shall provide required information by filling in all blanks shown in Article 5 and
Article 6. If the blanks provided in the proposal are not applicable to the MFSS's
membrane system,please write, "not applicable"in the blank.
5.2 Life-cycle costs will be developed based upon:
a. Base Bid of the Membrane Filtration System equipment(Item A).
b. Present worth value of membrane replacement cost,based on membrane replacement
in 10 years using 6%interest rate and 3%inflation rate. (Item C)
c. Present worth value of operating and maintenance costs for 10 years using 6%interest
rate and 3%inflation rate(Items D and E). Operating and maintenance costs will be
estimated by the ENGINEER using information provided in the Proposals, with
modifications,as deemed appropriate,by the judgment of the ENGINEER and
OWNER.
Part B Proposal(Addendum No.4).doc B-3 Part B—Proposal
r 1/14/2008
City of Fort Worth
Northwest WTP—Membrane Filtration System
d. Capital costs for associated facilities that are outside of the MFSS scope of work,but
are necessary for comparing the different membrane systems(Item G). These
facilities include,but are not limited to,building and structure costs related to housing
the membranes,and associated mechanical,electrical and instrumentation work.
These costs will be developed by ENGINEER prior to opening the Proposals.
5.3 Item B—Price for Special Engineering Services for Membrane Filtration System Design
will not be included in the life-cycle cost evaluation.
Part B Proposal(Addendum No.4).doc B-4 Part B—Proposal
1/l 4/2008
City of Fort Worth
Northwest WTP—Membrane Filtration System
PROPOSAL
Item A: 15-MGD Net Filtered Water Capacity Membrane Filtration System Goods and
Special Services Contract Price
Indicate the Contract Price for Goods and Special Services to provide a membrane filtration
system with 15 MGD of net filtered water capacity per the requirements of Table 6.1 and the
technical specifications.
amount in words
amount in figures
Item B: Price for Special Engineering Services for Membrane Filtration System Design
The Contract Price for Special Engineering Services has been determined by the OWNER as fair
and reasonable.
Fifty Thousand Dollars and No Cents
amount in words
$ 50,000.00
amount in figures
- Item C: Present-Worth Value of Membrane Replacement
Guaranteed Maximum Membrane Module Replacement Price= $ per module.
The Present-worth value of membrane replacement cost is calculated as follows:
Guaranteed Maximum Membrane Module Replacement Price $ per module X
modules X present worth factor of 0.744 = Present Worth Value.
MP
Present Worth Value -amount in words
amount in figures
Part B Proposal(Addendum No.4).doc B-5 Part B—Proposal
1/14/2008
w
City of Fort Worth
Northwest WTP—Membrane Filtration System
Item D: Present-Worth Value of Average Rate of Energy Consumption
Guaranteed average energy consumption for producing an average daily rate of 10.0 MGal of net
filtrate water at 20T = KW-Hr,as defined in Section 01670.
The Present-worth value of energy consumption cost for a 10-year period is calculated as follows:
Guaranteed average energy consumption for producing an average daily rate of 10.0 MGal of net
filtrate water at 20T = KW-Hr X $0.0843 per KW-Hr X 365
days per year X a present worth factor of 8.53 =Present Worth Value.
Present Worth Value-amount in words
$
amount in figures
Item E: Present-Worth Value of Average Rate of Chemical Costs
�- Present-worth value of the average rate of chemical costs for the Membrane Filtration System for
membrane cleaning,chemically enhanced backwashes and maintenance washes,and neutralization
of waste flows for producing 10.0 MGD of net filtrate water at 20T calculated as follows:
1) Gallons of 0.8 percent concentration of sodium hypochlorite
per year= ¢aUyr X$ 0.10 /gal=$ /yr
2) Gallons of 50 percent concentration of sodium hydroxide
per year= Qal/yr X$ 1.95 /gal=$ /yr
3) Gallons of 50 percent concentration of citric acid
per year= gal/yr X$4.80 /gal=$ /yr
4) Gallons of 85 percent concentration of phosphoric acid
per year= Qal/yr X 7.00 /gal=$ /yr
5) Gallons of 40 percent concentration of sodium bisulfate
per year= Qal/yr X$ 1.35 /gal=$ /yr
6) Sum of items 1)through 5)=$ /yr
Item 6)multiplied by 8.53 for the present-worth chemical cost of:
Present Worth Value -amount in words
amount in figures
Part B Proposal(Addendum No.4).doc B-6 Part B—Proposal
,� 1/14/2008
i
City of Fort Worth
Northwest WTP—Membrane Filtration System
Item F: Subtotal of Items A,C,D,and E.
amount in words
amount in figures
Item G: Installation and Construction Cost for the Membrane Filtration System
Capital cost for associated facilities that are outside of the MFSS scope of work,and include,but
are not limited to,the building and structure costs related to housing the membranes and associated
mechanical,electrical and instrumentation work.
amount in words
amount in figures
i
Item H: Total Present Worth Cost of the Membrane Filtration System
Total of Items F&G.
amount in words
amount in figures
Item I: Add Alternate Bid Item: Use Modicon PLC in place of Allen Bradley PLC
Bid Item A is based on using Allen Bradley PLCs. This Add Alternate Bid Item I is for replacing
the Allen Bradley PLCs with Modicon PLCs for the membrane filtration system. Item I will not
be used in evaluating the proposals,but the City may elect to include as part of the project at the
proposed increased cost.
amount in words
amount in figures
Part B Proposal(Addendum No.4).doc B-7 Part B—Proposal
1/14/2008
City of Fort Worth
Northwest WTP—Membrane Filtration System
ARTICLE 6. DESIGN CRITERIA
6.1 Base Proposal Design Criteria
A. MFSS shall provide required information by filling in all blanks designated as"MFSS
Specified"in Table 6.1.
B. Submitted Proposal shall comply with all OWNER specified and MFSS specified
design criteria listed in Table 6.1. Submitted proposed system and operational
parameters shall meet all requirements of USEPA and Texas Commission on
Environmental Quality(TCEQ).
C. MFSS shall note that performance information provided in Table 6.1 must be
guaranteed over the warranty period and will serve as the baseline against which
future system performance will be compared to determine whether system is non-
performing. See Section 01740 for warranty information.
D. MFSS shall submit with the bid an explanation of the methodology used to calculate
the proposed net flux rates specified in the Table below. The methodology shall
include a description of all key assumptions made and example calculations.
Table 6.1:Base Proposal Design Criteria
Description Amount Designation
I Total System Design Capacity(net filtered water @ 15-MGD of net capacity OWNER
20 C) Specified
2 Minimum Membrane Chemical Cleaning Interval 30 days OWNER
r under Design Conditions Specified
GE=3 Trains
3 Minimum number of parallel membrane filtration Pall=5 Trains OWNER
treatment trains. Specified
Siemens=3 Trains
Maximum net flux rate under Design Conditions, GE=39.0
4 (gfd) Pall=55.5 OWNER
Flux rates and operational parameters shall meet all P
requirements of the TCEQ. Siemens=40.1
GE=44.0
Maximum instantaneous flux rate under Design OWNER
5 Conditions,(gfd). Pall 65.0 Specified
Siemens=44.0
Minimum net membrane capacity of each Train under = 15-MGD net capacity
Design Conditions, (M )GD .
divided by the number of OWNER
6 System shall provide for acceptance of a minimum of Parallel membrane filtration Specified
25%additional membrane modules in each Train. treatment trains provided
Part B Proposal(Addendum No.4).doc B-8 Part B—Proposal
1/14/2008
City of Fort Worth
Northwest WTP—Membrane Filtration System
Table 63:Base Proposal Design Criteria
Description Amount Designation
=21-MGD net hydraulic
7 Net hydraulic capacity of piping,pumps, and capacity divided by the OWNER
appurtenances for each Train, (MGD). number of parallel Specified
membrane filtration
treatment trains provided
�. 8 Minimum recovery rate 95 % OWNER
specified
Supplied and installed membrane surface area per
9
Train,(sf). MFSS
Specified
System shall provide for acceptance of a minimum of S P
25%additional membrane modules in each Train.
10 Number of membrane modules supplied and installed N MFSS
per Train. Specified
10 Total number of membrane modules supplied and MFSS
installed in all Trains. Specified
Total number of membrane modules that each Train
can accommodate.
MFSS
12
Note: System shall allow for acceptance of a Specified
minimum of 25%additional membrane modules in
each Train.
�* 13 Surface area of each proposed membrane module, MFSS
(SO. Specified
14
Total membrane surface area supplied and installed MFSS
per Train,(sf). Specified
15 Total membrane surface area supplied and installed in MFSS
all Trains,(sf). Specified
16 Estimated volume of filtrate water used for each MFSS
backwash/reverse filtration procedure,(gallons) Specified
17 Estimated volume of wastewater generated during MFSS
each backwash/reverse filtration procedure, (gallons) Specified
Estimated volume of filtrate water used per enhanced MFSS
18 flux maintenance/maintenance wash procedure
including rinse water(gallons) Specified
Estimated volume of wastewater generated during MFSS
19 each enhanced flux maintenance/maintenance wash
procedure including rinse water,(gallons) Specified
Proposed frequency of enhanced flux maintenance/
20 maintenance wash procedure under Design MFSS
Conditions using sodium hypochlorite,(days). Specified
Part B Proposal(Addendum No.4).doc B-9 Part B—Proposal
1/14/2008
City of Fort Worth
Northwest WTP—Membrane Filtration System
Table 6.1:Base Proposal Design Criteria
Description Amount Designation
Recommended sodium hypochlorite dose used during MFSS
21 enhanced flux maintenance/maintenance washing, Specified
(mom-)
Estimated quantity of 0.8 % sodium hypochlorite MFSS
22 used during each enhanced flux
maintenance/maintenance wash procedure, (gallons) Specified
Proposed frequency of enhanced flux maintenance MFSS
23 /maintenance wash procedure under Design
} Conditions using phosphoric acid, (days). Specified
Recommended phosphoric acid dose used during MFSS
w 24 enhanced flux maintenance/maintenance washing, Specified
(mg/L)
Estimated quantity of 85%phosphoric acid used MFSS
25 during each enhanced flux maintenance/maintenance Specified
wash procedure, (gallons)
Proposed frequency of membrane Clean-In-Place MFSS
26 procedure under Design Conditions using chlorine, Specified
(days).
27 Recommended sodium hypochlorite dose used during MFSS
Clean-In-Place, (mg/L) Specified
28 Estimated quantity of 0.8%sodium hypochlorite used MFSS
- during each chlorine Clean-In-Place,(gallons) Specified
Proposed frequency of membrane Clean-In-Place MFSS
29 procedure under Design Conditions using citric acid Specified
or phosphoric acid. (days).
30 Recommended citric acid or phosphoric acid dose MFSS
used during Clean-In-Place, (mg/L) Specified
Estimated quantity of 50%citric acid or 85% MFSS
31 phosphoric acid used for each Clean-In-Place,
Specified
(gallons)
Estimated volume of wastewater generated during MFSS
T 32 each chlorine and acid Clean-In-Place including rinse Specified
water, (gallons)
Estimated quantity of 40%sodium bisulfite used to MFSS
33 neutralize each sodium hypochlorite Clean-In-Place Specified
waste solution, (gallons)
Estimated quantity of 50%sodium hydroxide used to MFSS
34 neutralize each sodium hypochlorite Clean-In-Place Specified
waste solution, (gallons)
Part B Proposal(Addendum No.4).doc B-10 Part B—Proposal
1/14/2008
City of Fort Worth
Northwest WTP—Membrane Filtration System
Table 6.1:Base Proposal Design Criteria
Description Amount Designation
Estimated quantity of 50%sodium hydroxide used to MFSS
35 neutralize each acid Clean-In-Place waste solution, Specified
(gallons)
36 Maximum operating transmembrane pressure under psi MFSS
- Design Conditions Specified
37 Average transmembrane pressure under Design psi MFSS
Conditions Specified
38 Number of membrane fibers per membrane module. MFSS
Specified
ARTICLE 7. GUARANTEES.
7.1 Performance: The MFSS shall guarantee that the system will perform,meeting the design
conditions as stated herein and in Section 11300-A or Section 11300-B. After installation,
the OWNER will conduct Acceptance Testing to confirm performance as described in
Sections 01670 and 01740. Remedial actions are described in Section 01740.
ARTICLE 8. SURETY.
8.1 If MFSS is awarded the Work from this Proposal,the surety who provides the
Performance and Payment Bond(s)shall be:
whose address is
Street City State Zip Code
ARTICLE 9. PROPOSERS.
—' Respectfully submitted,
By:
Title:
Address:
(S E A L)
If Bidder is Corporation
Telephone:
= Date:
— END OF SECTION
Part B Proposal(Addendum No.4).doc B-11 Part B—Proposal
1/14/2008
City of Fort Worth
Northwest Water Treatment Plant
+ Membrane Filtration System
_ Installation and Construction Costs for the Membrane Filtration System
The Membrane Filtration System Supplier(MFSS)shall include the following cost, respective for the MFSS,
in Item G of the Proposal.These costs are opinions of probable consruction cost for facilities associated
with the Membrane Filtration System, but outside the scope of the MFSS.
The costs were independently prepared by CDM Constructors, Inc.
Pall Corporation $3,038,000
GE Zenon $3,782,000
Siemens Memcor $3,639,000
ADDENDUM.No.4
City of Fort Worth
Northwest WTP—Membrane Filtration System
CITY OF FORT WORTH
NORTHWEST WATER TREATMENT PLANT
MEMBRANE FILTRATION SYSTEM
TABLE OF CONTENTS
PART A NOTICE TO BIDDERS
Notice to Bidders
Instructions to Bidders
PART B PROPOSAL
PART C GENERAL CONDITIONS
PART D SPECIAL CONDITIONS
PART G SPECIAL ENGINEERING SERVICES AGREEMENT
DIVISION 1 GENERAL REQUIREMENTS
01010 Summary of Work
01136 General Equipment Requirements
01171 Electric Motors
01175 Large Electric Motors
01300 Submittals
01610 Transportation and Handling of Goods
01611 Protection of Goods
01620 Installation of Membrane Equipment
01660 Commissioning of Membrane Equipment
01670 Acceptance Testing of Membrane Equipment
01680 Operations Assistance
01715 Equipment Operation and Maintenance Training
01730 Installation,Operation and Maintenance Manuals
01740 Warranties
01750 Spare Parts
DIVISION 5 MISCELLANEOUS METALS
05500 Miscellaneous Metals
DIVISION 9 FINISHES
09901 Surface Preparation and Shop Prime Painting
TOC.doc TOC-i Table of Contents
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
DIVISION 11 EQUIPMENT
11170 Pilot Plant
11210 Horizontal Split-Case Double Suction Pumps
11211 Horizontal End Suction Pumps
11212 Miscellaneous Pumps
11244 Fiberglass Storage Tanks
11300-A Submerged Membrane Filtration System
11300-B Pressure Membrane Filtration System
11337 Automatic Self-Cleaning Inline Strainer
11370 Compressed Air Equipment
11372 Positive Displacement Air Blowers
11377 Centrifugal Air Blowers -
DIVISION 13 INSTRUMENTATION AND CONTROLS
13300 Process Instrumentation and Controls—General Provisions
13305 Application Engineering Services
13310 Programmable Logic Controller(PLC)Based Control System _
13315 Process Instrumentation and Controls—Products
13325 Control Panels and Panel Mounted Equipment
DIVISION 15 MECHANICAL
15051 Piping—General Requirements
15064 Plastic Pipe and Fittings i
15066 Stainless Steel Pipe and Fittings
15067 Stainless Steel Tube,Valves and Fittings for Pneumatic Fluid Conveyance
15100 Valves and Appurtenances
15105 Butterfly Valves
15120 Piping Specialties
15121 Piping Expansion Compensation
15140 Pipe Hangers and Supports
DIVISION 16 ELECTRICAL
16000 Electrical Requirements
TOC.doc TOC-ii Table of Contents
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
APPENDIX—GENERAL CONSTRUCTION CONTRACT DOCUMENTS
PART C GENERAL CONDITIONS FOR THE NORTHWEST WATER TREATMENT PLANT
GENERAL CONSTRUCTION CONTRACT
PART D SPECIAL CONDITIONS FOR THE NORTHWEST WATER TREATMENT PLANT
GENERAL CONSTRUCTION CONTRACT
PART F BOND FORMS
Certificate of Insurance
Contractor Compliance with Worker's Compensation Law
Performance Bond
Payment Bond
Maintenance Bond
PART G FORM OF CONTRACT FOR THE GENERAL CONTRACTOR
TOC.doc TOC-iii Table of Contents
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
f
i
7�F
r
THIS PAGE INTENTIONALLY LEFT BLANK
TOC.doc TOC-iv Table of Contents
11/30/2007
w
r
PART A
NOTICE TO BIDDERS
City of Fort Worth
Northwest WTP—Membrane Filtration System
PART A
NOTICE TO BIDDERS
Sealed proposals for the following:
NORTHWEST WATER TREATMENT PLANT
MEMBRANE FILTRATION SYSTEM
CAPITAL PROJECT NO. 00456
will be received at the office of the Purchasing Manager, located on the lower level, Municipal Building,
1000 Throckmorton Street, Fort Worth, Texas 76102, until 1:30 P.M.,on January 10, 2008. Bids will be
publicly opened and read aloud in the City Council Chambers at:
2:00 p.m.,January 10, 2008
Contract Documents have been prepared by Camp Dresser& McKee Inc., (817)332-8727, 777 Taylor
Street, Suite 1050, Fort Worth,Texas 76102,and may be examined without charge at its office. Contract
- Documents may be obtained from Camp Dresser& McKee Inc. at the above address for a non-refundable
charge of$50.00 per set.
All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the
Instructions to Bidders.
The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may
be withdrawn until the expiration of three hundred(300)days from the date the bids are received.
A cashier's check,or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not
less than five(5%)percent of the bid submitted(per Article 8 of the Instructions to Bidders)must
accompany the bid, and is subject to forfeit in the event the successful bidder fails to enter into a
subcontract agreement with the General Contractor for the Northwest Water Treatment Plant Project in
accordance with provisions of these Documents.
Upon selection of a Membrane Filtration System Supplier(MFSS)the work and associated price will be
included as part of the Northwest Water Treatment Plant general construction contract. The MFSS shall
enter into a subcontract directly with the General Contractor. The selected MFSS shall provide a
Performance Bond and a Payment Bond, each for one hundred percent(100%)of the bid price,to the
General Contractor. The selected MFSS shall also provide a two year Maintenance Bond for one hundred
percent(100%)of the bid price,to the General Contractor.
For additional information,please contact Mr. Danny Shannon, P.E.,Camp Dresser& McKee Inc. at
(817)332-8727.
Publication Dates:
November 28, 2007 and
December 5, 2007
Part A.doc A-1 Part A—Notice to Bidders
11/30/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
..r
THIS PAGE INTENTIONALLY LEFT BLANK
Part A.doc A-2 Part A—Notice to Bidders
11/30/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
INSTRUCTIONS TO BIDDERS
ARTICLE 1. GENERAL INFORMATION
_ 1.1 The following instructions outline the procedure for preparing and submitting Proposals.
Membrane Filtration System Supplier(MFSS)must fulfill all requirements as specified in the
Contract Documents.
ARTICLE 2. PREQUALIFIED MEMBRANE FILTRATION SYSTEM SUPPLIERS.
2.1 The following Membrane Filtration System Suppliers(MFSS)have been pre-qualified to submit
** bids based upon their experience with similar sizes and types of projects,their successful pilot
testing of the raw water supply for this project, and their capabilities of performing the work
within the project schedule.
■ GE Water&Process Technologies—ZENON Membrane Solutions
■ Pall Corporation—Pall Water Processing
�. ■ Siemens Water Technologies Corporation—Memcor
2.2 As an additional condition of pre-qualification,each MFSS shall submit facility layout drawings
and horsepower(hp) information for all pumps, blowers and other associated equipment, as
described in Article 14 herein, no later than 2:00 pm(local time) December 28,2007 to:
Mr. Frank Crumb, P.E.
Director
Fort Worth Water Department
1000 Throckmorton Street
Fort Worth,TX 76102-6212
ARTICLE 3. TYPE OF PROPOSAL
3.1 Proposal consists of both technical and cost information.
-- 3.2 MFSSs shall be required to submit prices for all items listed in the Proposal Form.
ARTICLE 4. COPIES OF CONTRACT DOCUMENTS
4.1 Refer to the Notice to Bidders for information regarding the availability of Contract Documents.
- 4.2 Complete sets of Contract Documents shall be used in preparing Proposals; neither OWNER nor
ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Contract Documents.
4.3 Reproduction and distribution of the Contract Documents to another party that is not directly
associated with this Project is strictly prohibited.
~ 4.4 OWNER and ENGINEER in making copies of Contract Documents available do so only for the
purpose of obtaining Proposals on the Work and do not confer a license or grant for any other use.
Part A.doc A-3 Part A—Notice to Bidders
11/30/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
ARTICLE 5. EXAMINATION OF CONTRACT DOCUMENTS AND POINT OF DESTINATION
5.1 Before submitting a Proposal,each MFSS must(a)examine the Contract Documents thoroughly, —
including any Addenda;(b)familiarize itself with Federal, State and local laws,ordinances, rules
and regulations that may in any manner affect cost, progress or performance of the Work;(c)study
and carefully correlate MFSS's observations with the requirements of the Contract Documents; t
and(d)promptly furnish ENGINEER written notice of all conflicts, errors,omissions,ambiguities,
or discrepancies that MFSS discovers in the Contract Documents and confirm that the written
resolution thereof by ENGINEER is acceptable to MFSS. _
5.2 Before submitting its Proposal each MFSS may,at its own expense,make such additional
investigations and tests as the MFSS may deem necessary to determine its Proposal for
performance of the Work in accordance with the time, price and other terms and conditions of the
Contract Documents.
5.3 The submission of a Proposal will constitute an incontrovertible representation by the MFSS that it
has complied with every requirement of this Article 5 and that the Contract Documents are
sufficient in scope and detail to indicate and convey understanding of all terms and conditions for
performance of the Work,that MFSS has given Engineer written notice of all conflicts,errors,
omissions, ambiguities and discrepancies that MFSS has discovered in the Contract Documents
and the written resolutions thereof by Engineer are acceptable to MFSS,and that the Contract
Documents are generally sufficient to indicate and convey understanding of all terms and —
conditions for furnishing Goods and Special Services.
ARTICLE 6. INTERPRETATIONS
6.1 All questions about the meaning or intent of the Contract Documents shall be received in writing
by Camp Dresser&McKee Inc., 777 Taylor Street, Suite 1050, Fort Worth, Texas 76102,Attn:
Mr. Danny Shannon, P.E.,at least ten days before the date herein set for the opening of Proposals.
6.2 Written clarifications or interpretations will be issued by Addenda. Only questions answered by —
formal written Addenda will be binding. Oral and other clarifications or interpretations will be
without legal effect. Addenda will be issued to all parties recorded as having received the Contract
Documents. _
6.3 Each MFSS shall be responsible for determining that it has received all Addenda issued.
ARTICLE 7. CONTRACT AND SUBCONTRACT !
7.1 Owner Reserves the right to reject any and all Bids and waive any and all formalities,and the right
to disregard all nonconforming or conditional Bids or counter proposals.
7.2 The City of Fort Worth will receive and evaluate proposals for the membrane filtration system T
from the prequalified Membrane Filtration System Suppliers(MFSS)prior to the date that the
General Contractors for the Northwest Water Treatment Plant Project(Project)submit their bids.
The selected MFSS will enter into an initial Special Engineering Services Agreement(Contract)
with the City for providing services during design of the Project. The MFSS will then enter into a
subcontract agreement(Subcontract)with the General Contractor for the Project.
7.3 The selected MFSS will enter into a Special Engineering Services Agreement(Part G)with the `
City for providing project design documentation, shop drawings, installation manuals,assistance
Part A.doc A-4 Part A—Notice to Bidders
I 1/30/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
in the design of the membrane system,and attendance at construction progress meetings. This
agreement will be for the amount presented in Part B Proposal, Item B. If the MFSS considers the
cost for these services to be greater than the Proposal amount,the additional cost should be
included as part of the Item A.
7.4 The selected MFSS will become a subcontractor to the General Contractor for the Project. The
name, bid price, and proposal of the MFSS Subcontractor will be supplied by the City to each of
the general contractors bidding the Project. The City will receive bids from general contractors for
the Project,evaluate the bids, and issue a letter of intent to award the contract to the successful
General Contractor.
7.5 Within a period of time, not to exceed 300 calendar days from receipt of MFSS proposals,the
MFSS shall enter into a written Subcontract Agreement with the General Contractor for the
Project. MFSS shall hold the bid price for that period of time. The City of Fort Worth will not
enter into a contract directly with the MFSS Subcontractor for the work,except for the special
engineering services described in Article 7.3. The MFSS Subcontractor shall be subject to the
terms and conditions of all subcontractors for the Project as required by the General Conditions,
Supplementary Conditions,and Special Conditions of the Contract that will apply to the General
Contractor for the Project. These conditions are included in Appendix A of these Documents.
Copies of the Form of Contract, Bond Forms and Certificate of Insurance to be used in the General
Construction Contract are also included in Appendix A for information purposes.
ARTICLE 8. PROPOSAL SECURITY
._ 8.1 Proposals must be accompanied by a cashier's check,or an acceptable bidder's bond, payable to
the City of Fort Worth, in the amount of not less than five(5%)percent of the total of the bid
submitted(Items A and B of Proposal only). This proposal security is subject to forfeiture in the
event the successful bidder fails or neglects to execute the Subcontract Agreement and furnish the
satisfactory bonds and insurance within thirty days of the City's notice to proceed to the General
Contractor for the Project. To be an acceptable surety on the bond,(1)the name of the surety
company shall be included on the current U.S. Treasury list of acceptable sureties, or(2)the surety
company must have capital and surplus equal to ten times the limit on the bond. The surety must
be licensed to do business in the State of Texas. The amount of the bond shall not exceed the
amount shown on the U.S. Treasury list or one-tenth(1/10)the total capital and surplus.
ARTICLE 9. PERFORMANCE, PAYMENT, AND OTHER BONDS
9.1 The successful MFSS shall furnish a performance band,a payment bond,and a maintenance bond
each for one hundred(100%)percent of the subcontract price with a security listed in the Federal
Register and licensed in Texas, in compliance with the General Conditions of Contract. Reference
C3-3.7 of the General Conditions presented in Appendix A. The maintenance bond shall be for a
two-year period. The performance, payment,and maintenance bonds required as Subcontract
security shall be furnished to the General Contractor for the Northwest Water Treatment Plant
project. The performance bond shall be kept in force until the membrane system equipment has
been tested and meets the applicable performance warranties of Section 01740, Section 11300-A,
and Section 11300-B.
Part A.doc A-5 Part A—Notice to Bidders
I 1/30/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
ARTICLE 10. INSURANCE
10.1 The successful MFSS shall purchase and keep in force liability insurance in compliance with the
General Conditions of the Contract included in Appendix A of these Documents. The required
insurance policy shall be taken out and available to the General Contractor for review and approval
when the subcontract agreement is executed. —
10.2 Except for Workmen's Compensation Insurance,the City of Fort Worth,and the City's Engineer
and Construction Manager, shall be added as an additional insured on all policies. If requested by
the General Contractor,the General Contractor shall also be added as an additional insured.
ARTICLE 11. PREPARATION OF PROPOSALS —
11.1 MFSSs shall use the Proposal forms included in the Contract Documents. Supplemental data to be
furnished shall be included in the same sealed envelope with Proposal.
11.2 Proposal Forms must be completed in ink. The Bid price of each item on the form must be stated in
words, if specifically requested, and/or numerals; in case of a conflict,words will take precedence.
11.3 Bids by corporations must be executed in the corporate name by the president or a vice-president(or
other corporate officer accompanied by evidence of authority to sign)and the corporate seal shall be
affixed and attested by the secretary or an assistant secretary. The corporate address and state of
incorporation shall be shown below the signature. —
11.4 Bids by partnerships must be executed in the partnership name and signed by a partner,their title must
appear under their signature and the official address of the partnership must be shown below the
signature.
11.5 All names must be printed below the signature.
11.6 The Bid shall contain an acknowledgement of receipt of all Addenda(the number of which shall be
filled in on the Bid Form).
ARTICLE 12. SUBMISSION OF PROPOSALS
12.1 Each Proposal shall consist of the following bound documents.
■ The Contract Documents as assembled herein with the Proposal Form and Proposal Security
completed. _
■ Five(5)copies of technical information as required in these Instructions to Bidders.
12.2 All Proposals must be submitted intact with the remainder of the Contract Documents, no later
than the time prescribed,at the place, and in the manner set forth in the Notice to Bidders. Each
Proposal must be submitted in a opaque sealed envelope or container, so marked as to indicate its
contents, including project title,name of the MFSS, its address,and contract number without
being opened,and delivered in person or addressed and mailed in conformance with the
instructions in the Notice to Bidders.
12.3 Bidders shall not separate, detach or remove any portion, segment,or sheets from the contract
document at any time. Bidders must complete the proposal section(s)and submit the complete
volume of contract documents. Revised bid forms issued by addenda shall be stapled to the —
original bid form in the specifications book prior to submission.
Part A.doc A-6 Part A—Notice to Bidders
11/30/07 —
City of Fort Worth
Northwest WTP—Membrane Filtration System
12.4 OWNER may reject as non-responsive any Proposal not prepared and submitted in accordance
with the provisions hereof.
12.5 Bidders are cautioned that it is the responsibility of each individual bidder to assure that its
A proposal is in the possession of the responsible official or its designated alternate prior to the stated
time and at the place of the Proposal Opening. OWNER is not responsible for proposals delayed
by mail and/or delivery services,of any nature.
= 12.6 Bidders shall not take any exceptions within their Proposal. Doing so will render the bid non-
responsive and will result in the bid not being accepted by the City.
ARTICLE 13. MODIFICATION AND WITHDRAWAL OF PROPOSAL
13.1 Proposals may be modified or withdrawn by an appropriate document duly executed(in the
manner that a Proposal must be executed)and delivered to the place where Proposals are to be
submitted at any time prior to the opening of Proposals.
13.2 Proposals may be withdrawn prior to the scheduled time(or authorized postponement thereof)for
the opening of Proposals.
13.3 Any Proposal received after the time and date specified shall not be considered.
ARTICLE 14. TECHNICAL INFORMATION REQUIRED WITH THE PROPOSAL
14.1 Proposals from the invited MFSSs shall address the items listed in the following sections. MFSSs
should note that it is suggested that the Proposals be presented in such a manner as to allow the
readers to expeditiously learn the key features and differences of the MFSS's system. Concise
answers to all questions are desired.
14.2 Proposals without sufficient submittal data to provide a complete evaluation will not be
considered.
14.3 Reimbursement will not be made for costs incurred by the MFSS to prepare this document.
14.4 Use of Information Provided: The MFSS shall agree that any and all information provided in the
Proposal shall serve as the basis for evaluation of Proposals.
14.5 Selection of MFSS does not constitute approval of any materials or deviations from the Contract
Documents.
14.6 The MFSS shall present any objections or exceptions to the Contract Documents, including
General and Supplementary Conditions, General Requirements,and Patent Protection.
14.7 Each MFSS of Membrane Filtration Systems is required to describe and provide details on their
proposed product and services for the OWNER.
A. Service and Support:
A.1 For the MFSS's proposed project manager,provide name and resume listing
applicable experience and references. The MFSS's Project Manager shall serve as
the primary contact for the OWNER's project from receipt of Proposal through
Part A.doc A-7 Part A—Notice to Bidders
l 1/30/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
facility startup. The MFSS's Project Manager shall not be changed without the
written consent of the OWNER and the ENGINEER. Provide similar information
for a designated secondary contact.
A.2 Provide information on telephone support personnel, and their availability(i.e.,
hours of operation). Provide information on the number and educational
background of support personnel.
A.3 Provide daily rates and expense costs for a service call to the water plant.
B. Miscellaneous Company Characteristics
B.I Provide company contact information including address,telephone number,
facsimile number,and email address.
13.2 List suppliers and model numbers for all major components(pumps,motors, -�
blowers,compressors, etc.).
13.3 The MFSS shall disclose in writing all legal claims or actions taken against the
MFSS that involve the delivery or execution of a Contract for the supply of Goods
and Special Services within the past 5 years.
13.4 The MFSS shall disclose in writing if there is any legal claim regarding the
infringement of a patent or other intellectual property that could affect its ability to
provide Goods or Special Services as part of this Contract.
C. Membrane Characteristics:
C.I Provide information on the membrane and membrane modules, including
effective membrane pore size and number of fibers,etc.
C.2 Provide documentation of independent agencies or organizations for removal of
Giardia, Cryptosporidium,and virus as applicable and available.
C.3 Provide information on chemical resistance of the proposed membranes. ,
CA Provide documentation of National Sanitation Foundation(NSF)Certification for
potable water use.
D. System Operating Characteristics:
D.1 Provide proposed instantaneous and net flux rates under Design Conditions
specified in Part B, Proposal. MFSS shall provide detailed calculations
supporting the methodology used to calculate proposed net flux rate, including a
description of all key assumptions made.
D.2 Provide preliminary process and instrumentation diagrams(P&IDs)for the
membrane filtration equipment, backwash equipment,chemical systems, and
appurtenances. Supplier's proposed scope-of-work shall be clearly indicated on
the P&IDs through the use of line weights, hatching,etc. and shall match the
requirements of these Contract Documents.
Part A.doc A-8 Part A—Notice to Bidders
11/30/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
D.3 Provide narrative description of sequence of operation and control for the
following operational procedures:
■ Normal filtrate production
■ Backpulse/reverse filtration operation
■ Enhanced flux maintenance,'maintenance wash operation
■ Membrane integrity test operation
■ Clean-in-place(CIP)operation
■ Chemical neutralization
Discuss which actions are automatically controlled and the availability of back-up
control.
DA For the Design Condition, state frequency of water and/or air backwash/ reverse
filtration processes. Provide the total waste volume per backwash and per day.
Describe expected backwash sequence, with durations,volume and pressure of
air, and permeate and feed water use. Where chemicals are used with backwash,
state average and maximum concentration of each chemical used and anticipated
concentration of each chemical in backwash waste water. Indicate frequency of
chemical use(i.e.,at every backwash or every x number of backwashes).
D.5 Describe expected CIP sequence, including operational procedures and
requirements,durations,volume and pressure of air, and permeate and feed water
use. Provide the waste volume per CIP including rinse water. State amount and
_ concentration of each chemical used and anticipated average and maximum
concentration of each chemical in CIP wastewater. Describe chemical reuse
requirements, if applicable. Include typical chemical temperatures and anticipated
heating equipment.
D.6 Under the Design Conditions, state anticipated frequency of CIPs.
D.7 State anticipated chemical requirements for neutralization. Describe
requirements, including volume,of any necessary neutralization tanks.
D.8 Describe the procedures for conducting membrane integrity testing. State the
average duration of integrity testing. State the total membrane area included
within each standard pressure decay test measurement and the minimum number
of fibers failures detectable during a standard automatic pressure decay test.
Describe monitoring parameters, instrumentat;on, and alarm thresholds for an on-
line membrane integrity system. Describe verification, identification,and
isolation procedures.
E. System Maintenance Characteristics:
E.1 Provide description of procedures for inspection of membranes modules.
E.2 Provide description of procedures for typical pinning/plugging of a broken fiber.
Provide estimated time required to repair a broken fiber.
E.3 Provide description of procedures for removal and replacement of membranes.
Include the weight of each membrane element. Provide estimated time required
for removal and replacement of a single membrane module.
Part A.doc A-9 Part A—Notice to Bidders
11/30/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
EA List all system elements that the OWNER should expect to replace within 5 years.
F. Facilities Layout: —
F.l Provide dimensioned drawings illustrating the proposed layout for the membrane
filtration system, including dimensions for housing all membrane filtration
equipment and appurtenances including pumps, air system,CIP system,
membrane units and major piping. Provide plan and section views of the
proposed membrane system. Provide the volume and dimensions required for any
tanks associated with the Membrane Filtration System.
F.2 Provide the dimensions of each membrane filtration system unit in drawings —
showing piping connections,critical clearance requirements, interconnections,
proposed wall penetrations,and interface requirements.
F.3 Provide five hard copies of all drawings printed on 22"x 34"paper and provide
five CDs of all drawing files in AutoCad.
ARTICLE 15. SELECTION OF PROPOSER
15.1 Within 90 calendar days after the opening of Proposals,the OWNER will select one of the t
Proposals or will act in accordance with BASIS OF SELECTION, below. The selection of the
Proposal will be by written notice of selection, mailed or delivered to the office designated in the
Proposal. Selection of the Proposal does not guarantee execution of the Special Engineering —
Services Agreement or the Subcontract Agreement with the General Contractor.
ARTICLE 16. BASIS OF SELECTION
16.1 The selection will be made by the OWNER on the basis of that Proposal which, in the OWNER's
sole and absolute judgment, will best serve the interest of the OWNER.
16.2 The Selected MFSS will be determined by the OWNER based on the OWNER's estimate of life-
cycle costs and other evaluation criteria, as specified below.
on
16.3 The OWNER will select a MFSS based on its evaluation. The OWNER reserves the right to make
this determination based on factors which represent the needs and interests of the OWNER, and by
submitting this Proposal,the MFSS forgoes any opportunity to formally protest the OWNER's
decision.
16.4 The OWNER may request additional information as deemed necessary. Failure to provide such —
information may result in the Proposal being considered non-responsive.
16.5 The OWNER reserves the right to reject all Proposals,or any Proposal not in conformance with
the intent of the Contract Documents,and to waive any informalities and irregularities in said
Proposals.
ARTICLE 17. EVALUATION CRITERIA FOR PROPOSALS
17.1 Membrane Filtration System Proposals will be evaluated based upon capital cost and life cycle cost.
17.2 Life-cycle costs will be developed based upon:
Part A.doc A-10 Part A—Notice to Bidders
11/30/07 —
City of Fort Worth
Northwest WTP—Membrane Filtration System
a. Base Bid of the Membrane Filtration System equipment(Item A).
b. Present worth value of membrane replacement cost, based on membrane replacement in 10
years using 6% interest rate and 3% inflation rate. (Item C)
c. Present worth value of operating and maintenance costs for 10 years using 6% interest rate and
3% inflation rate(Items D and E). Operating and maintenance costs will be estimated by the
ENGINEER using information provided in the Proposals, with modifications, as deemed
appropriate, by the judgment of the ENGINEER and OWNER.
d. Capital costs for associated facilities that are outside of the MFSS scope of work, but are
necessary for comparing the different membrane systems(Item G). These facilities include,
but are not limited to, building and structure costs related to housing the membranes, and
associated mechanical,electrical and instrumentation work. These costs will be developed by
ENGINEER prior to opening the Proposals.
e. The following operation and maintenance unit cost values will be used to estimate power and
chemical costs.
Operation and Maintenance Parameter Unit Unit Cost Value
Power Cost KWH $0.0843/KWH
Chemical Costs
Sodium Hypochlorite gallon $0.10/gallon of 0.8% Solution
Sodium Bisulfite gallon $1.35/gallon of 40% Solution
Sodium Hydroxide gallon $1.95/gallon of 50% Solution
.� Citric Acid gallon $4.80/gallon of 50% Solution
Phosphoric Acid gallon $7.00/gallon of 75% Solution
ARTICLE 18. WAGE RATES
18.1 Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and as set
forth in the Contract Documents,must be paid on this project.
ARTICLE 19. SALES TAX
19.1 The material and supplies to be used in the Work will be subject to the requirements of Section
C6-.21 State Sales Tax of the General Conditions attached in Appendix A.
ARTICLE 20. TIME OF COMPLETION
20.1 The MFSS shall commence work under the Special Engineering Services Contract on the day
following notice to proceed for the contract and shall meet the completion dates specified in Part G
—Special Engineering Services Contract.
20.2 The MFSS shall commence work under the Subcontract Agreement with the General Contractor
for the Project on the day following the execution of the Subcontract Agreement and shall
- complete work in accordance with the following schedule:
Part A.doc A-I 1 Part A—Notice to Bidders
— I l/30/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
1. MFSS shall not commence the manufacture of any Goods until the Shop Drawings have been
approved and the GENERAL CONTRACTOR has issued a"Notice to Commence
Fabrication."
2. The Goods shall be fabricated and delivered to the Point of Destination in accordance with the
Schedule for Delivery of Goods,to be developed and agreed upon by the OWNER, MFSS, _
ENGINEER, and General Contractor for the installation of the Goods prior to the issuance of
the"Notice to Commence Fabrication'. The MFSS shall accept a Schedule for Delivery of
Goods that requires the Goods to be fabricated and delivered to the Point of Destination in as
few as 200 days after the"Notice to Commence Fabrication' is issued.
3. All Goods shall be fabricated and delivered to the Point of Destination according to the
Schedule for Delivery of Goods. Each shipment of Goods specified in the Schedule of
Delivery of Goods shall be delivered to the Point of Destination within a period of time from
between four calendar days before to four calendar days after the date specified for that
shipment within the Schedule for Delivery of Goods. —
4. The MFSS shall be liable for liquidated damages in accordance with Article 21 below for each
shipment of Goods that is not fabricated and delivered to the Point of Destination in -
accordance with the Schedule for Delivery of Goods.
ARTICLE 21. LIQUIDATED DAMAGES
21.1 Should the MFSS fail to complete the Work or portions of the Work under the Special
Engineering Services Contract within the specified time periods, the MFSS will be subject to
liquidated damages as specified in Part G—Special Engineering Services Contract.
21.2 Should the MFSS fail to complete the work or portions of the Work under the Subcontract
Agreement with the General Contractor for the Project, within the Schedule for Delivery of Goods
as specified in Article 20 above, thereby causing the General Contractor to be late and having to
pay liquidated damages to the City,the MFSS agrees to pay the Contractor liquidated damages in
the amount of$2,000 for each and every calendar day of delay until the Work is completed. -`
ARTICLE 22. AMBIGUITY
22.1 In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the Y
right to adopt the most advantageous construction thereof to the City or to reject the Proposal.
ARTICLE 23. BIDDER LICENSE
23.1 Prior to the award of contract to an out-of-state bidder,the bidder shall be licensed to do business
in the State of Texas. For licensing procedures,contact the Texas Secretary of State Offices •�
(Telephone Number 1-512-463-5555 or 1-900-263-0060)
ARTICLE 24. AGE
24.1 In accordance with the policy of the Executive Branch of the Federal Government, MFSS
covenants that neither it nor any of its officer,members,agents,employees,program participants
or subcontractors,while engaged in performing this contract, shall, in connection with the
employment,advancement or discharge of employees or in connection with the terms,conditions
or privileges of their employment, discriminate against persons because of their age except on the _
basis of a bona fide occupational qualification, retirement plan or statutory requirement.
Part A.doc A-12 Part A—Notice to Bidders
ll/30/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
MFSS further covenants that neither it nor its officers,members, agents,employees,
subcontractors, program participants,or persons acting on their behalf,shall specify, in solicitation
to advertisement for employees to work on this contract, a maximum age limit for such
employment unless the specified maximum age limit is based upon a bona fide occupational
qualification, retirement plan or statutory requirements.
MFSS warrants it will fully comply with the policy and will defend, indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractors against the
City arising out of the MFSS' alleged failure to comply with the above referenced Policy
concerning age discrimination in the performance of the contract.
ARTICLE 25. DISABILITY
25.1 In accordance with provision of the American with Disabilities Act of 1990(ADA), MFSS
warrants that it and any and all of its subcontractors will not unlawfully discriminate on: the basis
of disability in the provision of services to the general public,nor in the availability,terms and/or
conditions of employment for applicants for employment with,or employees of the MFSS or any
of its subcontractors. MFSS warrants it will fully comply with ADA's provision and any other
applicable Federal, State, and local laws concerning disability and will defend, indemnify and hold
harmless against any claims or allegations asserted by third parties or subcontractors against the
City arising out of the MFSS's and/or its subcontractor's alleged failure to comply with the above
.. referenced Policy concerning disability discrimination in the performance of this contract.
ARTICLE 26. MINORITY AND WOMEN BUSINESS ENTERPRISES
26.1 The Minority and Women Business Enterprise requirements, per the City of Fort Worth Ordinance
No.15530, have been waived and are not applicable to this Membrane Filtration System Pre-
Selection.
ARTICLE 27. ADDENDA
Y 27.1 Bidders wanting further information, interpretation or clarification of the contract documents must
make their request in writing to the Fort Worth Water Department in care of Mr. Danny Shannon,
P.E., Camp Dresser& McKee Inc., 777 Taylor Street, Suite 1050,Fort Worth, Texas 76102,(817)
332-8727,at least 96 hours prior to bid opening. Answers to all such requests will be bound and
made a part of the Contract Documents, or should the bidder be in doubt as to their meaning,the
bidder should at once notify the fort Worth Water Department Engineering Services, in order that
a written addendum maybe sent to all bidders. Any addenda issued will be mailed or be
delivered to each prospective bidder. The bid proposal as submitted by the bidder must be so
constructed as to include any addenda issued by the Fort Worth Water Department, prior to 24
hours of the opening of bids with appropriate recognition of addenda so noted in the bid proposal.
Bidders are responsible for obtaining all addenda to the contract documents and acknowledging
receipt of the addenda by initialing the appropriate spaces on the proposal form. Bids that do not
acknowledge receipt of all addenda may be rejected as being non-responsive. Information
regarding the status of addenda may be obtained by contacting Camp Dresser& McKee Inc.
ARTICLE 28. PRE-BID CONFERENCE
28.1 A mandatory pre-bid conference for bidding the Membrane Filtration System will be held by
representatives of the Fort Worth Water Department and the Consulting Engineers in the
Conference Room at the Eagle Mountain Water Treatment Plant, 6801 Bowman Roberts Road,
Part A.doc A-13 Part A—Notice to Bidders
l l/30/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
Fort Worth,Texas 76179 on December 12 at 10:00 a.m. This conference is for the purpose of
interpretation of Contract Documents for bidding the Membrane Filtration System.Only
comments addressed in subsequent Addenda will be binding.
ARTICLE 29. TEXAS WATER DEVELOPMENT BOARD REQUIREMENTS:
29.1 This contract is contingent upon release of funds from the Texas Water Development Board.
29.2 Any contract or contracts awarded under this Notice for Bidders are expected to be funded in part
by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its
departments,agencies,or employees are or will be a party to this Invitation for Bids or any
resulting contract.
29.3 Equal Opportunity in Employment—All qualified Applicants will receive consideration for
employment without regard to race,color, religion, sex, age,handicap or national origin. Bidders
on this work will be required to comply with the President's Executive Order No. 11246, as —
amended by Executive Order 11375,and as supplemented in Department of Labor regulations 41
CFR Part 60.
END OF SECTION
Part A.doc A-14 Part A—Notice to Bidders
11/30/07
PART B
- PROPOSAL
City of Fort North
Northmst k%PrP-Membrane Filtration System
PART B
PROPOSAL
(This Proposal shall be attached to the Specifications and submitted with appropriate
supporting documents.)
TO: Charles Boswell
City Manager
Municipal Office Building
I000 Throckmorton
Fort Worth,Texas 76102
PROPOSAL FOR:
Northwest Water Treatment Plant
Membrane Filtration System
Capital Project No.00456
ARTICLE 1. PROPOSER'S DECLARATION AND UNDERSTANDING.
L .This Proposal is genuine and not made in the interest of or on behalf of any undisclosed
person, firm,or corporation and is not submitted in conformity with any agreement or
rules of any group,association,organization,or corporation;Proposer has not directly or
indirectly induced or solicited any other Proposer to submit a false or sham Proposal;
Proposer has not solicited or induced any person,firm,or corporation to refrain from
proposing;and Proposer has not sought by collusion to obtain for itself any advantage
over any other Proposer or over OWNER.
1.2.In submitting this Proposal, Membrane Filtration System Supplier(MFSS)certifies it is
qualified to do business in the state where the Project is located as required by laws,rules,
and regulations or,if allowed by statute,covenants to obtain such qualification prior to
contract award.
1.3 In submitting this Proposal,MFSS makes all representations required by the Notice to
Bidders and further warrants and represents that:
(a) MFSS has examined copies of all the Contract Documents,the Notice to Bidders,the
Instructions to Bidders,and of the following Addenda(receipt of all which is hereby
acknowledged):
No. 1 Dated 12/2 0/0 No.4 Dated 1 /1 4/0 8
No. 2 Dated 12/2 S/0-lo. Dated
No. 3 Dated /R!n a No. Dated
(b) MFSS has familiarized itself with the nature and extent of the Contract Documents,
Work,site,locality,and all local conditions and Laws and Regulations that in any
manner may affect cost,progress,performance or furnishing the Goods and Special
Services.
= Part B Proposal(Addendum No.d).doc B-1 Part B-Proposal
t/14/2008
City of Fort worth
Northwest wTP-Membrane Filtration System
(c) MFSS has obtained and carefully studied(or assumes responsibility for obtaining and
carefully studying)all such examinations,investigations,explorations,tests and
studies which may affect the cost,progress,performance or furnishing of the Goods
and Special Services at the Contract Price,within the Contract Times and in
accordance with the other terms and conditions of the Contract Documents;and no
additional examinations,investigations,explorations,tests,reports or similar
information or data are or will be required by MFSS for such purposes.
(d) MFSS has correlated the results of all such observations,examinations,investigations,
explorations,tests,reports and studies with the terms and conditions of the Contract
Documents.
(e) MFSS has given ENGINEER written notice of all conflicts,errors,omissions,
ambiguities or discrepancies that it has discovered in the Contract Documents and the
written resolution thereof by ENGINEER is acceptable to MFSS.
1.4 In this Section,the MFSS shall provide values for specific performance parameters for the
Membrane Filtration System. The MFSS understands and agrees that the values stated in
this Section for the associated performance parameters will be compared to the
performance standards required in Section 11300-A and Section I I300-B of the Contract
Documents. NIFSS understands and agrees to guarantee the performance values stated
herein for the Membrane Filtration System in accordance with the guidelines specified in
Section 01740 of the Contract Documents. In addition,system design and operational
procedures shall be subject to approval by the Texas Commission oil Environmental
Quality(TCEQ).
1.5 The undersigned agrees to enter into a Subcontract with the General Contractor for the
Northwest Water Treatment Plant Project to perform and furnish all Work and engineering
services as specified or indicated in the Contract Documents.for the amount indicated in
this Proposal Form and in accordance with the other terms and conditions of these
Contract Documents.
1.6 The undersigned accepts all of the terns and conditions of these Contract Documents
including,without limitation,those dealing with the disposition of Proposal security,and
the penalties that may be imposed based on results from the Acceptance Testing. This
Proposal shall remain subject to acceptance for a period of 300 calendar days after the day
of Proposal opening. If the Genet-at Contractor has not been awarded the contract within
the 300 calendar period,the MFSS bid price presented in the Proposal will be adjusted
upward based upon the ratio of the applicable Consumer Price Index(CPI)numbers
between the 300 day period and such time the General Contractor is awarded the contract
by the City.
1.7 The MFSS acknowledges that it has reviewed the design criteria specified in these
Contract Documents and that the Proposal offered will meet the design and operational
criteria and project schedule as described in the Contract Documents. In submitting the
Proposal,the MFSS agrees to provide Goods to meet or exceed the requirements specified
in the Contract Documents,
Pnrt B Proposal(Addendum No.4).doc B-2 Part B-Proposal
IrlIu2oos
City of Fort Worth
Northwest WTP—Mcnibrane Filtration System
1.8 The OWNER's decision on membrane system equipment selection will be final. By
submitting a Proposal.MFSS waives any right to protest the decision.
1.9 The MFSS acknowledges that the selection of a proprietary membrane equipment MFSS
is the sole decision of the OWNER and such decisions are final.
1.10 The MFSS accepts that the membrane module replacement pricing shall be in accordance
with the methods described in Section 01740,Warranties.
1.1 l MFSS accepts the terms and conditions of the Contract Documents.
ARTICLE 2. INSURANCE.
2.1 MFSS further agrees that the Proposal amount(s) stated herein includes specific
consideration for the specified insurance coverages.
ARTICLE 3. LIQUIDATED DAMAGES.
3.1 MFSS agrees to pay the General Contractor for the Project liquidated damages for delay
(but not as a penalty),as described in Part A—Instructions to Bidders.
ARTICLE 4. STATE AND LOCAL SALES AND USE TAXES.
4.1 Except as may be specifically provided to the contrary in any of the Contract Documents,
the Proposal Price should include all applicable international,federal,state,and local
transportation,privilege,occupation,and other taxes applicable to the Goods and Special
Services,and all international,federal,state,and local taxes,contributions,and premiums
imposed upon or measured by the MFSS's or its Subcontractor's payroll. The OWNER
shalt not be responsible for any state or local sales,use,or excise taxes.
ARTICLE 5. PROPOSAL SCHEDULE.
5.1 MFSS shall provide required information by filling in all blanks shown in Article 5 and
Article 6. If the blanks provided in the proposal are not applicable to the MFSS's
membrane system,please write,"not applicable"in the blank.
5. Life-cycle costs will be developed based upon:
a. Base i3id of the Membrane Filtration System equipment(Item A).
b. Present worth value of membrane replacement cost,based oil membrane replacement
in 10 years using 6%interest rate and 3%inflation rate. (Item C)
c. Present worth value of operating and maintenance costs for 10 years using 6%interest
rate and 3%inflation rate(Items D and E). Operating and maintenance costs will be
estimated by the ENGINEER using information provided in the Proposals,with
modifications,as deemed appropriate,by the judgment of the ENGINEER and
= OWNER.
.. Part B Proposal(Addcnduni No.4).doc B-3 Part B—Proposal
1/14/2008
City arFort Worth
Northwest WTP—Membrane Filtration System
! d. Capital costs for associated facilities that are outside of the MFSS scope of work,but
are necessary for comparing the different membrane systems(Item 0). These
facilities include,but are not limited to,building and structure costs related to housing
the membranes,and associated mechanical,electrical and instrumentation work.
These costs will be developed by ENGINEER prior to opening the Proposals.
5.3 Item B—Price for Special Engineering Services for Membrane Filtration System Design
will not be included in the life-cycle cost evaluation.
i
FM
*4
*11
! Pact B Proposal(Addendum No.4).doc B-4 Part B—Proposal
III4iZ00S
w
City of Fort Worth
Northwest WTP-Membrane Filtration System
PROPOSAL
Item A: 15-MGD Net Filtered Water Capacity i<-iembrane Filtration System Goods and
Special Services Contract Price
Indicate the Contract Price for Goods and Special Services to provide a membrane filtration
system with 15 MGD of net filtered water capacity per the requirements of Table 6.1 and the
technical specifications.
Three Million Seven Hundred and Ninety Thousand Dollars
amount in words
$ 3,790,000.00
amount in figures
Item B:Price for Special Engineering Services for Membrane Filtration System Design
The Contract Price for Special Engineering Services has been determined by the OWNER as fair
and reasonable.
Fifty Thousand Dollars and No Cents
amount in words
S 50,000.00
amount in figures
Item C: Present-Worth Valuc of Membrane Replacement
Guaranteed Maximum Membrane Module Replacement Price= $ 1 ,0 2 5 per module.
The Present-worth value of membrane replacement cost is calculated as follows:
Guaranteed Maximum Membrane Module Replacement Price S 1 ,d 2 5 per module X
510 modules X present worth factor of 0.744 = Present Worth Value.
Three Hundred Eighty Eight Thousand Nine Hundred Twenty Six
Present Worth Value-amount in words
$ 388,926.00
amount in figures
Part t3 Proposal(Addendunt No.4).doc B-5 Part 13-Proposal
1/14/2008
City of Tort North
Northwest WTP-Membrane Filtration Systcm
Item D: Present-Worth Value of Average Rate of Energy Consumption
Guaranteed average energy consumption for producing an average daily rate of 10.0 Meal of net
filtrate water at 20'C = 1 ,632 KW-Hr,as defined in Section 01670.
The Present-worth value of energy consumption cost for a i 0-year period is calculated as follows:
Guaranteed average energy consumption for producing an average daily rate of 10.0 MGal of net
filtrate water at 20'C = 1 ,6 32 KW-Hr X $0.0843 per KW-Hr X 365
days per year X a present worth factor of 8.53 =Present Worth Value.
Four Hundred Twenty Eight Thousand Three Hundred Forty One
Present Worth Value-amount in words
S 428,341
amount in figures
Item E: Present-Worth Value of Average Rate of Chemical Costs
Present-worth value of the average rate of chemical costs for the Membrane Filtration System for
membrane cleaning,chemically enhanced backwashes and maintenance washes,and neutralization
of waste flows for producing 10.0 MGD of net filtrate water at 20°C calculated as follows:
1) Gallons of 0.8 percent concentration of sodiant hypochlorite
per year= 12 4 ,9 60 gal/yr X S 0.10 /gal=S 12,4 9 6 /yr
2) Gallons of 50 percent concentration of sodium hydroxide
per year= 655 gal/yr X S 1. 55 /gat=S 1 .,2 7 2-2 5 /yr
3) Gallons of 50 percent concentration of citric acid
per year= 1 F 9 4 6 gal/yr X S 4,80 /gal=S ct f'3 4 o-8 0 /yr
4) Gallons of 85 percent concentration of phosphoric acid
per year= () gal/yr X S 7.00 /gal=S 0 /yr
5) Gallons of 40 percent concentration of sodium bisulfate
per year= A 7 A gal/yr X$ I.35 /gal=S 11 371 6 5/yr
6) Sum of items 1)through 5)=S 24,436 /yr
Item 6)multiplied by 8.53 for the present-wottlt chemical cost of:
Two Hundred Eight Thousand Four Hundred Thirty Seven
Present Worth Value-amount in words
S 208,437
amount in figures
Part B Proposal(Addcndmtt No.4)_doc B-6 Part B—Proposal
I/1412008
City of Fort Worth
Northwest WTP-Membrane Filtration System
Item F:Subtotal of Items A,C,D,and E.
Four Million Eight Hundred Fiftppn Tho c;anrl Ravan AimrJrcrl Five
amount in words
g 4,815,704.00
amount in figures
Item G: Installation and Construction Cost for the Membrane Filtration System
Capital cost for associated facilities that are outside of the MFSS scope of work,and include,but
are not limited to,the building and structure costs related to housing the membranes and associated
mechanical,electrical and instrumentation work.
Three Million Thirty Eight' Thousand
amount in words
S 3,038,000
amount in figures
'- Item H:Total Present North Cost of the Membrane Filtration System
Total of Items F&G.
Seven Million Eight Hundred Fifty Three Thousand Seven Hundred Fcur
amount in words
S 7,853.704
amount in figures
Item I:Acid Alternate Bid Item: Use Modicon PLC in place of Allen Bradley PLC
Bid Item A is based on using Allen Bradley PLCs. This Add Alternate Bid Item I is for replacing
the Allen Bradley PLCs with Modicon PLCs for the membrane filtration system. Item I will not
be used in evaluating the proposals,but the City may elect to include as part of the project at the
proposed increased cost.
Five Hundred Dollars
amount in words
$ 500.00
amount in figures
Part B Proposal(Addendum No.4).doc B-7 Part B-Proposal
1/14/2008
City of Fort Worth
Northwcst WTP—Mctnbrane filtration Systcm
ARTICLE 6. DESIGN CRITERIA
6.1 Base Proposal Design Criteria
A. MFSS shall provide required information by filling in all blanks designated as"MFSS
Specified"in Table 6.1.
B. Submitted Proposal shall comply with all OWNER specified and MFSS specified
design criteria listed in Table 6.1. Submitted proposed system and operational
parameters shall meet all requirements of USEPA and Texas Commission on
Environmental Quality(TCEQ).
C. MFSS shall note that performance information provided in Table 6.1 must be
guaranteed over the warranty period and will serve as the baseline against which
' future systern performance will be compared to determine whether system is tton-
performing. See Section 01740 for warranty infonnation.
D. MFSS shall submit with the bid an explanation of the methodology used to calculate
the proposed net flux rates specified in the Table below. The methodology shall
include a description of all key assumptions made and example calculations.
Table 6.1:Rase Proposal Design Criteria
Description Amount Designation
I Total System Design Capacity(net filtered water ril 15-MGD of net capacity OWNER
20 C) Specified
2 Minimum Membrane Chemical Cleaning Interval 30 days OWNER
-- tinder Design Conditions Specified
GE=3 Trains
3 Minimum number of parallel membrane filtration Pall=5 Trains OWNER
treatment trains. Specified
Siemens=3 Trains
Maximum net flux rate under Design Conditions, GE=39.0
f
4 �d). Pall=55.5 OWNER
Flux rates and operational parameters shall meet all
requirements of the TCEQ. Siemens=40.1
GE=44.0
Maximum instantaneous flux rate under Design ONVNER
5 Conditions,(gfd). Pall=65,0 Specified
Siemens=44.0
Minimum net membrane capacity of each Train under = 15-MGD net capacity
6
Design Conditions,(MGD). divided by the number of OWNER System shall provide for acceptance of a mininttrtti of Parallel membrane filtration Specified
25%additional membrane modules in each Train. treatment trains provided
Part B Proposal(Addendum No.a).doc B-S Part B—Proposal
I/14/2008
City or Fort% orth
Northwest WTP—,Membrane Filtration Systcm
Table 6.1:Base Proposal Design Criteria
Description Amount Designation
=21-MGD net hydraulic
7 Net hydraulic capacity of piping,pumps,and capacity divided by the OWNER
appurtenances for each Train,(MGD). number of parallel Specified
membrane filtration
treatment trains provided
8 Minimum recovery mate 95% OWNER
specified
Supplied and installed membrane surface area per
9
Train,(so. MFSS' System steal!provide for acceptance of a minimum of d
25%additional membrane modules in each Train. 54,876
10 Number of membrane modules supplied and installed 102 MFSS
per Train. Specified
to Total number of membrane modules supplied and 510 MFSS
installed in all Trains. Specified
Total number of membrane modules that each Train
can accommodate.
MFSS
12
Note:System shall allow for acceptance of a Specified
minimum of 25%additional membrane modules in 128
each Train.
13 Surface area of each proposed membrane module, 538 MFSS
(so. Specified
14 Total membrane surface area supplied and installed 54,876 MFSS
per Train,(so. Specified
15 Total membrane surface area supplied and installed in 274,380 MESS
all Trains,(so. Specified
16 Estimated volume of filtrate water used for each 816 per rack MFSS
backwash/reverse filtration procedure,(gallons) Specified
17 Estimated volume of wastewater generated during 1428 per rack MFSS 1
each backtvash/reverse filtration procedure,(gallons) Specified J
Estimated volume of filtrate water used per enhanced MFSS
T IS flux maintenance/maintenance wash procedure 22,000 Specified f
including rinse water(gallons) all racks
Pstitnated volume of wastewater generated daring 22,000 MFSS
19 each enhanced flux maintenance/maintenance wash _
procedure including rinse water,(gallons) all racks Specified
Proposed frequency of enhanced flux maintenance/ MFSS
20 maintenance wash procedure under Design _ 1 efm/day Specified
Conditions using sodium hypochlorite,(days).
Part Q Proposal(Addcndum No.a).doc B-9 Part B—Proposal
1/14/200S
City of Fort Worth
Northwest WTP—Memhranc Filtration System
Table 6,1:Base Proposal Design Criteria
Description Amount Designation
— Recommended sodium hypochlorite dose used during MFSS
21 enhanced flux maintenance/maintenance washing, 400
Specified
fied
Estimated quantity of 0.8%sodium hypochlorite 462 MFSS
22 used daring each enhanced flux Specified
maintenance/tnaintenance wash procedure,(gallons)
Proposed frequency of enhanced flux maintenance MFSS
23 /maintenance wash procedure under Design N/A
Conditions using phosphoric acid,(days). Specified
Recommended phosphoric acid dose used during N/A MFSS
24 enhanced flux maintenance/maintenance washing, Specified
(tng/L)
Estimated quantity of 85%phosphoric acid used N/a MFSS
25 during each enhanced flux iaintenance/maintenance Specified
wash procedure,(gallons)
Proposed frequency of membrane Clean-In-Place 1 / 30 day MFSS
26 procedure under Design Conditions using chlorine, Specified
(days).
27 Recommended sodium hypochlorite dose used during 1 ,000 MFSS
Clean-In-Place,(mg/L) Specified
28 Estimated quantity of 0.8%sodium hypochlorite used 1 ,045 MFSS
during each chlorine Clean-hi-Place,(gallons) Specified
Proposed frequency of membrane Clean-In-Place 1 / 3 0 day MFSS
29 procedure under Design Conditions using citric acid Specified
or phosphoric acid.(days).
30 Recommended citric acid or phosphoric acid dose 20,000 citric MESS
_ used during Clean-In-Place,(mg/L) Specified
Estimated quantity of 50%citric acid or 85% 156 MFSS
31 phosphoric acid used for each Clean-In-Place, Specified
_ (gallons)
Estimated volume of wastewater generated during 38,280 MFSS
32 each chlorine and acid Clean-In-Place including rinse Specified
_ water,(gallons)
Estimated quantity of 40%sodium bisulfite used to MFSS
33 neutralize each sodium hypochlorite Clean-in-Place 8.2
R waste solution,(gallons) Specified
Estimated quantity of 50%sodium hydroxide used to 2•7 MFSS
34 neutralize each sodium hypochlorite Clean-In-Place Specified
.waste solution,(gallons)
` Part B Proposal(Addendum No.a).doc B-10 Part B—Proposal
1/14/2008
City of Fort Worth
Northwest WTP-Membrane Filtration Systcm
Table 6.1 r Base Proposal Design Criteria
Description Amount Designation
Estimated quantity of 50%sodium hydroxide used to 2.7 MFSS
35 neutralize each acid Clean-In-Place waste solution, Specified
(gallons)
36 Maximum operating transmembrane pressure tinder 40 psi MFSS
Design Conditions Specified
37 Average transmembrane pressure under Design 16 -_psi MFSS
ConditionsSpecified
= 38 Number of membrane fibers per membrane module. 59,8-' G350 MFSS
Specified
ARTICLE 7. GUARANTEES.
7.l Performance: The MFSS shall guarantee that the system will perform,meeting the design
conditions as stated herein and in Section 11300-A or Section I I300-B. After installation,
the OWNER will conduct Acceptance Testing to confirm performance as described in
Sections 01670 and 01740. Remedial actions are described in Section 01740.
ARTICLE 8. SURETY.
8.t If MFSS is awarded the Work froth this Proposal,the surety who prox ides the
Perfornance and Payment Bond(s)shall be:
Travelers Casualty & Surety Co of Amer whose address is
343 Thornall St. Edison, NJ 08837
�. Street City State Zip Code
ARTICLE 9. PROPOSERS.
Respectfull st+bimitted, --By:
Title: C160
Address: o9,aGO OcHlietn bjyA
(S E A L)
If Bidder is Corporation S j i - q EL(- 5z/00
t � Telephone:
Date:
END OF SECTION
Part B Proposal(Addendum No.4).doc B-I l Part B-Proposal
I;14/200S
OFFICER'S CERTIFICATE
— I,Peter J.Davis,Vice President and Secretary of Siemens Water Technologies
Corp.,a Massachusetts corporation(the"Corporation"),do hereby certify on behalf of
the Corporation that Benjamin I. Soucy is the Vice President and General Manager for
— the Purified Water North America business segment of the Corporation,and that in such
capacity,Mr. Soucy has full power and authority to execute and deliver the Corporation's
bid and all related ancillary agreements,documents and instruments for the supply of a
Membrane Filtration System for the Northwest Water Treatment Plant in Fort Worth,
Texas.
IN WITNESS WHEREOF,the undersigned has executed this Certificate on the
1 Sth day of January,2008.
,Peter J.D
Vice President&Secretary
PART C
GENERAL CONDITIONS
City of Fort Worth
Northwest WTP—:Membrane Filtration System
PART C
GENERAL CONDITIONS
The selected Membrane Filtration System Supplier(MFSS)for the Northwest Water
Treatment Plant Project(Project) will enter into a subcontract agreement with the
General Contractor for the Project. The General Contractor will be subject to the
General Conditions (Part C)presented in the Appendix to these documents. The
MFSS will be subject to these same General Conditions, as Subcontractor to the
General Contractor. This Part C- General Conditions, and Part D-Special
Conditions, identifies those items within Part C that the MFSS will be held responsible
as a subcontractor.
SECTION C 1-1 DEFINITIONS
C 1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents, the
following terms or pronouns in place are used, the intent and meaning shall be
•- understood and interpreted as follows:
C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are all the written and
drawn documents, such as specifications, bonds, addenda,plans, etc., which govern the
terms and performance of the contract. These are contained in the General Contract
Documents and the Special Contract Documents.
A. GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and include the following
items:
PART A - NOTICE TO BIDDERS WHITE
PART B - PROPOSAL WHITE
PART C - GENERAL CONDITIONS YELLOW
_ PART D - SPECIAL CONDITIONS GREEN
PART E - SPECIFICATIONS WHITE
PART F - BONDS WHITE
PART G - CONTRACT WHITE
B. SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the General
Contract Documents and include the following items:
PART A - NOTICE TO BIDDERS (Advertisement) WHITE
SPECIAL INSTRUCTIONS TO BIDDERS WHITE
PART B - PROPOSAL (Bid) WHITE
M/WBE BID SPECIFICATIONS GOLDEN ROD
PART C - GENERAL CONDITIONS CANARY YELLOW
PART Cl - SUPPLEMENTARY CONDITIONS GREEN
Part C 1vIFSS General Conditions.doc C-1 Part C-1 General Conditions
l l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
PART D - SPECIAL CONDITIONS GREEN
PART E - TECHNICAL SPECIFICATIONS WHITE
PERMITS/EASEMENTS WHITE
PART F - BONDS AND INSURANCE WHITE
PART G - CONTRACT WHITE
PART H - PLANS/FIGURES (may be bound separately) WHITE
C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the _
work contemplated under the Contract Documents constitutes the Notice to Bidders.
C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to .�
perform the work which the Owner desires to have done, together with the bid security,
constitutes the Proposal, which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
C 1-1.5 BIDDER: Any person, persons, firm, or partnership, company, association,
corporation, acting directly or through a duly authorized representative, submitting a —
proposal for performing the work contemplated under the Contract Documents,
constitutes a bidder.
C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction
and contract requirements which govern the performance of the work so that it will be
carried on in accordance with the customary procedure, the local statutes, and
requirements of the City of Fort Worth's charter and promulgated ordinances.
CI-1.7 SPECIAL CONDITIONS: Special Conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions. When considered with the General
Conditions and other elements of the Contract Documents they provide the information `
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project.
C 1-1.8 SPECIFICATIONS: The Specifications is that section of part of the Contract
Documents which sets forth in detail the requirements which must be met by all
materials, construction, workmanship, equipment, and services in order to render a
completed and useful project. Whenever reference is made to standard specifications,
regulations, requirements, statutes, etc., such referred to documents shall become a part
of the Contract Documents just as though they were embodied therein.
C 1-1.9 BOND: The bond or bonds are the written guarantee or security furnished by the _
Contractor for the prompt and faithful performance of the contract and shall include the
following:
A. Performance Bond(See paragraph C3-3.7)
B. Payment Bond (See paragraph C3-3.7)
Part C MFSS General Conditions.doc C-2 Part C-1 General Conditions
l l/26/2007
i
City of Fort Worth
Northwest WTP—Membrane Filtration System
i
C. Maintenance Bond(See paragraph C373.7)
D. Proposal of Bid Security (See Special Instructions to the Bidders, Part A
and C2-2.6)
C1-1.10 CONTRACT: The Contract is the formal signed agreement between the Owner
and the Contractor covering the mutual understanding of the two contracting parties
about the project to be completed under the Contract Documents.
C1-1.11 PLANS: The plans are the drawings or reproductions made by the Owner's
representative showing in detail the location, dimension, and position of the various
elements of the project, including such profiles, typical cross-sections, layout diagrams,
working drawings,preliminary drawings and such supplemental drawings as the Owner
may issue to clarify other drawings or for the purpose of showing changes in the work
hereinafter authorized by the Owner. The plans are usually bound separately from other
�• parts of the Contract Documents, but they are a part of the Contract Documents just as
though they were bound therein.
C1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and
chartered under the Texas State Statutes, acting by and through its governing body or its
City Manager, each of which is required by charter to perform specific duties.
i Responsibility for final enforcement of Contracts involving the City of Fort Worth is by
charter vested in the City Manager. Terms City and Owner are synonymous.
C 1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of
Fort Worth, Texas.
C 1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro Tern
of the City of Fort Worth, Texas.
C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth, Texas, or his duly authorized representative.
.� C 1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative.
i
C1-1.17 DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: The officially
appointed Director of the Transportation and Public Works Department of the City of
i Fort Worth, or his duly authorized representative, assistant, or agents.
C1-1.17A DIRECTOR OF ENGINEERING: The officially appointed Director of the
Department of Engineering of the City of Fort Worth, referred to in the charter as the
City Engineer, or his duly authorized representative, assistant, or agents.
,. C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed official of
the City of Fort Worth, Texas, referred to in the Charter as the City Engineer, or his
authorized representative.
Part C MFSS General Conditions.doc C-3 Part C-i General Conditions
l l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
..r
C1-1.19 ENGINER: The Director of the Fort Worth Department of Engineering, the
Director of Fort Worth Transportation and Public Works Department, the Director of the
Fort Worth Water Department, or their duly authorized assistants, agents, engineers,
inspectors, or superintendents, acting within the scope of the particular duties entrusted to
them.
C1-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association,
or corporation, entering into a contract with the Owner for the execution of the work,
acting directly or through a duly authorized representative. A sub-contractor is a person,
firm, corporation, or others under contract with the principal contractor, supplying labor
and materials, or only labor, for work at the site of the project.
C 1-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required
with and for the Contractor. The sureties engaged are to be fully responsible for the
entire and satisfactory fulfillment of the Contract and for any and all requirements as set
forth in the Contract Documents and approved changes herein.
C1-1.22 THE WORK OR THE PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the famishing of all
labor, materials, tools, equipment, and incidentals necessary to produce a completed and
serviceable project.
C1-1.23 WORKING DAY: A working is defined as a calendar day, not including
Saturdays, Sundays, and legal holidays, in which the weather or other conditions not
under the control of the Contractor permit the performance of the principal unit of work
for a period of not less than seven (7)hours between 7:00 AM and 6:00 PM, with
exceptions as permitted in paragraph C7-7.6.
C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days
being excepted.
C1-1.25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the +'
City Council of the City of Fort Worth for observance by City Employees as follows:
New Year' Day January l
M.L. King, Jr. Birthday Third Monday in January
Memorial Day Last Monday in May
Independence Day July 4
Labor Day First Monday in September
Thanksgiving Day Fourth Thursday in November
Thanksgiving Friday Fourth Friday in November
Christmas Day December 25
Such other days in lieu of holidays as the City Council may determine
When one of the named holidays or a special holiday is declared by the City Council,
falls on a Saturday, the holiday shall be observed on the preceding Friday or if it falls on
Part C MFSS General Conditions.doc C-4 Part C-t General Conditions
t l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
Sunday, it shall be observed on the following Monday, by those employees working on
working day operations. Employees working calendar day operations will consider the
calendar holiday as a holiday.
C1-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in
Contract Documents, the intent and meaning shall be as follows:
AASHTO American Association of State Highway Transportation Officials
ASCE American Society of Civil Engineers
LAW In Accordance With
ASTM American Society of Testing Materials
AWWA American Water Woi•ks Association
ASA American Standards Association
HI Hydraulic Institute
Asph. Asphalt
Ave. Avenue
Blvd. Boulevard
CI Cast Iron
CL Center Line
G[ Galvanized Iron
Lin. Linear or Lineal
MH Manhole
Max. Maximum
Min. Minimum
MGD Million Gallons Per Day
CFS Cubic Foot per Second
R Radius
I.D. Inside Diameter
O.D. Outside Diameter
F Fahrenheit
C Centigrade
In. Inch
Ft. Foot
St. Street
CY Cubic Yard
Yd. Yard
SY Square Yard
L.F. Linear Foot
D.I. Ductile Iron
•• C 1-1.27 CHANGE ORDER: A"Change Order" is a written supplement agreement
between the Owner and the Contractor covering some added or deducted item or feature
which may be found necessary and which was not specifically included in the scope of
the project on which the bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25%of the amount of the particular item or items in the original proposal.
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
Part C MFSS General Conditions.doc C-5 Part C-1 General Conditions
11/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C 1-1.28 PAVED STREETS AND ALLEYS: Not Applicable to MFSS Subcontractor.
C1-1.29 UNPAVED STREETS AND ALLEYS: Not Applicable to MFSS
Subcontractor.
C 1-1.30 CITY STREETS: Not Applicable to MFSS Subcontractor.. _
C 1-1.31 ROADWAY: Not Applicable to MFSS Subcontractor.
C 1-1.32 GRAVEL STREET: Not Applicable to MFSS Subcontractor.
Part C MFSS General Conditions.doc C-6 Part C-1 General Conditions
l l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with proposal form,which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed, provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record", "Equipment Schedule", and
"Financial Statement", all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids.
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and not more than one(1) year
old. In the case that a bidding date falls within the time a new statement is being
prepared, the previous statement shall be updated by proper verification. Liquid assets in
the amount of ten(10%)percent of the estimated project cost will be required.
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are being received, and such
experience must have been on projects completed not more than five(5)years prior to the
date on which bids are to be received. The Director of the Water Department shall be
sole judge as to the acceptability of experience for qualification to bid on any For Worth
Water Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2.2 INTERPRETATION OF QUANTITIES: Not Applicable to MFSS
Subcontractor.
MW C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish. All additional information and data
which the Owner supply after promulgation of the formal Contract Documents shall be
issued in the form of written addenda and shall become part of the Contract Documents
just as though such addenda were actually written into the original Contract Documents.
Bidders are required, prior to filing of proposal,to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions, to inform themselves by their own independent research and investigations,
tests, borings, and by such other means as may be necessary to gain a complete
Part C MFSS General Conditions.doc C-7 Part C-1 General Conditions
i 1/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
knowledge of the conditions which may be encountered during the construction of the
project. They must judge for themselves the difficulties of the work and all attending
circumstances affecting the cost of doing work or the time required for its completion,
and obtain all information given by the Owner or any representative of the Owner other
than that contained in the Contract Documents and officially promulgated addenda
thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon _
their own estimates, investigation, research,tests, explorations, and other data which are
necessary for full and complete information upon which the proposal is to be based. It is
mutually agreed that the submission of a proposal is prima-facie evidence that the bidder _
has made the investigations, examinations, and tests herein required. Claims for
additional compensation due to variations between the conditions encountered in
construction and as indicated in the Contract Documents will not be allowed except for
changes in the site conditions caused by factors outside the control of the Contractor
which occur after the Contractor's inspection and prior to installation.
The logs of Soil Borings, if any, showing on the plans are for general information only
and may not be correct. Neither the Owner nor the Engineer guarantee that the data
shown is representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices, written in ink in both
words and numerals, for which he proposes to do the work contemplated or furnish the
materials required. All such prices shall be written legibly. In case of discrepancy
between the price written words and the price written in numerals, the price most
advantageous to the City shall govern.
If a proposal is submitted by an individual, his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or
partnership, the name and address of each member must be given, and the proposal must
be signed by a member of the firm, association, or partnership, or by a person duly
authorized. If a proposal is submitted by a company or corporation, the company or
corporate name and business address must be given, and the proposal signed by an
official or duly authorized agent. The corporate seal must be affixed. Power of Attorney
authorizing agents or others to sign the proposal must be properly certified and must be in
writing and submitted with the proposal.
C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any _
alteration or words or figures, additions not called for, conditional or uncalled for
alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain
unbalanced value of any items. Proposal tendered or delivered after the official time
designated for receipt of proposal shall be returned to the Bidder unopened.
C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a
"Proposal Security" of the character and in the amount indicated in the "Notice to
Bidders" and the "Proposal". The Bid security is required by the Owner as evidence of
Part C MFSS General Conditions.doc C-8 Part C-1 General Conditions
1 l;'26/2007
PM
City of Fort Worth
Northwest WTP—4lembrane Filtration System
good faith on the part of the Bidder, and by way of a guaranty that if awarded the
contract, the Bidder will, within the required time, execute a formal contract and furnish
the required performance and other bonds. The bid security of the three lowest bidders
will be retained until the contract is awarded or other disposition is made thereof. The
bid security of all other bidders may be returned promptly after the canvass of bids.
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his
«. representative at the official location and stated time set forth in the "Notice to Bidders."
It is the Bidder's sole responsibility to deliver the proposal at the proper time to the
proper place. The mere fact that a proposal was dispatched will not be considered. The
Bidders must have the proposal actually delivered. Each proposal shall be in a sealed
envelope plainly marked with the word "PROPOSAL," and the name or description of
the project as designated in the "Notice to Bidders." The envelope shall be addressed to
the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort
Worth, Texas 76102.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration of a proposal must be made in writing, addressed to the City Manager,
and filed with him prior to the time set for the opening of proposals. After all proposals
not requested for non-consideration are opened and publicly read aloud,the proposals for
which non-consideration requests have been properly filed may, at the option of the
Owner, be returned unopened.
C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify
i
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the Purchasing
Manager prior to the said proposal opening time, and provided further, that the City
Manager is satisfied that a written and duly authenticated confirmation of such
telegraphic communication over the signature of the bidder was mailed prior to the
proposal opening time. If such confirmation is not received within forty-eight (48) hours
after the proposal opening time, no further consideration will be given to the proposal
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read aloud by the City Manager or his duly authorized representative at the
time and place indicated in the "Notice to Bidders". All proposals which have been
opened and read will remain on file with the Owner until the contract has been awarded.
Bidders or their authorized representatives are invited to be present for the opening of
bids.
C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being
"Irregular" if they show any omissions, alterations of form,additions, or conditions not
called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner
reserves the right to waive any and all irregularities and to make the award of the contract
Part C MFSS General Conditions.doc C-9 Part C-1 General Conditions
11/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
to the best interest of the City. Tendering of a proposal after the closing hour is an
irregularity which cannot be waived.
C2-2.1.2 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their
proposals not considered for any of, but not limited to ,the following reason:
A. Reasons for believing that collusion exists among bidders
B. Reasonable grounds for believing that any bidder is interested in more
than one proposal for work contemplated. ...
C. The bidder being interested in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder. ..
D. The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
E. The bidder having performed a prior contract in an unsatisfactory manner. i
F. Lack of competency as revealed by the financial statement, experience of
record, equipment schedule, and such inquiries as the Owner may see fit to
make.
G. Uncompleted work which, in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded.
H. Not Applicable to MFSS Subcontractor. —
The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under
the requirements stated herein, shall be set aside and not opened.
i
1�
E
t
Part C MFSS General Conditions.doc C-10 Part C-1 General Conditions
l l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS
C3-3.1 CONSIDERATION OF PROPOSALS: After the proposals have been opened
and read aloud, the proposals will be tabulated on the basis of the quoted prices, the
quantities shown in the proposal, and the application of such formulas or other methods
of bringing items to a common basis as may be established in the Contract Documents.
The total obtained by taking the sum of the products of unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
i
Until the award of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
i proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3-3.2 MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Not
Applicable to MFSS Subcontractor.
C3-3.3 EQUAL EMPLOYMENT PROVISIONS: Not Applicable to MFSS
' Subcontractor.
C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the
Owner it cannot be withdrawn by the Bidder within forty-five (45) days after the date on
which the proposals were opened.
C3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final
action on the proposals for a reasonable time, not to exceed the period stated for the
duration of the Bid Security stated in the Notice to Bidders or 90 days, whichever is
shorter.
The award of the contract, if an award is made, will be to the lowest and best responsible
bidder. The award of the contract shall not become effective until the Owner has notified
the Contractor in writing of such award.
i
C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have
been determined for comparison of bids, the Owner may, at its discretion, return the
proposal security which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities, usually those of the three lowest
bidders, will be retained by the Owner until the required contract has been executed and
bond furnished by the Owner has otherwise disposed of the bids, after which they will be
returned by the City Secretary.
— C3-3.7 BONDS: Not Applicable to MFSS Subcontractor.
C3-3.8 EXECUTION OF CONTRACT: Not Applicable to MFSS Subcontractor.
Part C tVIFSS General Conditions.doc C-1 l Part C-1 General Conditions
l 1/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C3-3.9 FAILURE TO EXECUTE CONTRACT: Not Applicable to MFSS
Subcontractor.
C3-3.10 BEGINNING WORK: Not Applicable to MFSS Subcontractor.
C3-3.11 INSURANCE: The Contractor shall not commence work under this contract
until he has obtained all the insurance required under the Contract Documents, and such
insurance has been approved by the Owner. The prime contractor shall be responsible for ..
delivering to the Owner the sub-contractor's certificate of insurance for approval. The
prime contractor shall indicate on the certificate of insurance included in the documents
for execution whether or not his insurance covers sub-contractors. It is the intention of
the Owner that the insurance coverage required herein shall include the coverage of all
sub-contractors. The General Contractor may require all subcontractors to be insured and
submit documentation ensuring that the requirements of C3-3.11 are met for all .,.
subcontractors. Failure of the OWNER to request required documentation shall not
constitute a waiver of the insurance requirements specified herein. The Contractor's
liability shall not be limited to the specified mounts of insurance required herein.
A. Commercial General Liability Insurance: The Contractor shall procure
and shall maintain during the life of this contract Contractor's Commercial
General Liability Insurance (Public Liability and Property Damage
Insurance) in the amount not less than $500,000 covering each
occurrence/aggregate on account of bodily injury, including death, and in ..
an amount not less than$500,000 covering each occurrence/aggregate on
account of property damage with $2,000,000 umbrella policy coverage.
Certificates of insurance shall state that Insurance is on an"occurrence
basis." Certificate shall also contain a statement that no exclusions by
endorsement have been made to the Commercial General Liability Policy.
B. Additional Liability: The Contractor shall furnish insurance as separate
policies or by additional endorsement to one of the above-mentioned
policies, and in the amount as set forth for public liability and property
damage, the following insurance:
1. Not Applicable to MFSS Subcontractor.
2. Not Applicable to MFSS Subcontractor. _
3. Not Applicable to MFSS Subcontractor.
4. Not Applicable to MFSS Subcontractor.
5. Not Applicable to MFSS Subcontractor. _
Part C MFSS General Conditions.doc C-12 Part C-1 General Conditions
l t/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
6. Contractual Liability(covers all indemnification requirements of
Contract). The City, its officers, employees and servants shall be
endorsed as additional insured on Contractor's insurance policies
excepting employer's liability insurance coverage under
Contractor's worker's compensation insurance policy.
Contractor's insurance policies shall be endorsed to provide that
such insurance is primary protection and any self-funded or
commercial coverage maintained by the OWNER shall not be
MP called upon to contribute to loss recovery.
7. Not Applicable to MFSS Subcontractor.
C. Automobile Insurance—Bodily Injury and Property Damage: The
Contractor shall procure and maintain, during the life of the Contract,
Comprehensive Automobile Liability insurance with the following limits:
Bodily Injury $250,000 each person
dEF Bodily Injury $500,000 aggregate
Property Damage $100,000 aggregate
D. Scope of Insurance and Special Hazard: The insurance required under the
above paragraphs shall provide adequate protection for the Contractor and
his sub-contractors, respectively, against damage claims which may arise
from operations under this contract, whether such operations be by the
insured or by anyone directly or indirectly employed by him, and also
against any of the following special hazards which may be encountered in
the performance of the Contract.
E. Proof of Carriage of Insurance: The Contractor shall furnish the Owner
with satisfactory proof of coverage by insurance required in these Contract
Documents in amounts and by carriers satisfactory to the Owner. Other
than Worker's Compensation Insurance, in lieu of specified insurance, the
City may consider alternative coverage or risk treatment measures through
insurance pools or risk retention groups. The City must approve in writing
any alternative coverage. All insurance requirements made upon the
i Contractor shall apply to the sub-contractor, should the Prime Contractor's
insurance not cover the sub-contractor's work operations,
F. Deductible Limits: The deductible limits or self-funded retention limits, on
each policy must not exceed $10,000 per occurrence unless otherwise
approved by the City.
G. Insurance Company: The insurance company with whom the Contractor's
insurance is written shall be authorized to do business in the State of
Texas and shall have a current A.M. Best Rating of"ANII" or equivalent
measure of financial strength and solvency.
Part C MFSS General Conditions.doc C-13 Part C-1 General Conditions
1 l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
H. Notification: During the lifetime of this contract,the Contractor shall
notify the ENGINEER in writing , of any known loss occurrence that
could give rise to a liability claim or lawsuit or which could result in a
property loss.
I. Cancellation: Insurance shall be endorsed to provide the City with a
minimum of thirty days notice of cancellation, non-renewal and/or
material change in insurance policy terms or coverage. A minimum 10-
day notice shall be acceptable in the event of non-payment of insurance
premium to insurance company.
J. ADDITIONAL INSURANCE REQUIREMENTS:
a. The City, its officers, employees and servants shall be endorsed as an i
additional insured on Contractor's insurance policies excepting
employer's liability insurance coverage under Contractor's workers'
compensation insurance policy.
b. Certificates of insurance shall be delivered to the City of Fort Worth,
contract administrator in the respective department as specified in the
bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102,
prior to commencement of work on the contracted project.
r
c. Any failure on part of the City to request required insurance
documentation shall not constitute a waiver of the insurance
requirements specified herein. •�
d. Each insurance policy shall be endorsed to provide the City a
minimum thirty days notice of cancellation, non-renewal, and/or
material change in policy terms or coverage. A ten days notice shall
be acceptable in the event of non-payment of premium.
e. Insurers must be authorized to do business in the State of Texas and
have a current A.M. Best rating of A: VII or equivalent measure of
financial strength and solvency.
f. Deductible limits, or self-funded retention limits, on each policy must
not exceed $10,000.00 per occurrence unless otherwise approved by
the City.
g. Other than worker's compensation insurance, in lieu of traditional
insurance, City may consider alternative coverage or risk treatment
measures through insurance pools or risk retention groups. The City
must approve in writing any alternative coverage.
Part C MFSS General Conditions.doc C-14 Part C-1 General Conditions
11/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
` h. Workers' compensation insurance policy(s) covering employees
employed on the project shall be endorsed with a waiver of
subrogation providing rights of recovery in favor of the City.
i. City shall not be responsible for the direct payment of insurance
premium costs for contractor's insurance.
j. Contractor's insurance policies shall each be endorsed to provide that
such insurance is primary protection and any self-funded or
commercial coverage maintained by City shall not be called upon to
contribute to loss recovery.
k. In the course of the project, Contractor shall report, in a timely
manner, to City's officially designated contract administrator any
known loss occurrence which could give rise to a liability claim or
lawsuit or which could result in a property loss.
1. Contractor's liability shall not be limited to the specified amounts of
insurance.
m. Upon the request of City, Contractor shall provide complete copies of
all insurance policies required by these contract documents.
K. City Responsibilities: The City shall not be responsible for direct payment
of insurance premium costs for Contractor's Insurance.
L. Additional Insured. All insurance policies for this project except
Worker's Compensation shall be written with the City of Fort Worth,
Camp Dresser& McKee Inc., and Black & Veatch, Inc. listed as
additional insured.
C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall
pay for all materials, labor, and services when due.
C3-3.13 WAGE RATES:
A. The contractor shall comply with all requirements of Chapter 2258,Texas
Government Code, 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,Texas Government Code. Such prevailing wage
rates are included in these contract documents.
B. The contractor 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. These records shall be open at all reasonable hours for inspection by the
Part C MFSS General Conditions.doc C-15 Part C-t General Conditions
t U26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
City. The provisions of Section C-1, L. Right to Audit(Rev. 9/30/02)pertain to
this inspection.
C. The contractor shall include in its subcontracts and/or shall otherwise require all
of its subcontractors to comply with paragraphs(a)and(b)above.
D. With each partial payment estimate or payroll period,whichever is less,an
affidavit stating that the contractor has complied with the requirements of
Chapter 2258,Texas Government Code.
E. The contractor shall post the prevailing wage rates in a conspicuous place at the
site of the project at all times.
C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Not Applicable to
MFSS Subcontractor.
C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas.
Part C MFSS General Conditions.doc C-16 Part C-1 General Conditions
l l/26/2007
MP
City of Fort Worth
Northwest WTP—,Membrane Filtration System
SECTION C44 SCOPE OF WORK
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided in the Contract Documents, shall do all extra or special work as may be
considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor, tools, materials, machinery, equipment, special
i services, and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by the General or Special Conditions
of these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the '`Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for such work and furnished to the Bidder in the form of Addenda. All
such"Special Provisions"shall be considered to be a part of the Contract Documents just
as though they were originally written therein.
C4-4.3 INCREASED OR DECREASED QUANTITIES: Not Applicable to MFSS
i Subcontractor.
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner
*y reserves the right to make such changes in the Contract Documents and in the character
or quantities of the work as may be necessary or desirable to insure completion in the
most satisfactory manner, provided such changes do not materially alter the original
i Contract Documents or change the general nature of the project as a whole. Such
changes shall not be considered as waiving or invalidating any condition or provision of
the Contract Documents.
i
C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of
the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents, shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto; provided however, that before any extra work is begun a`'Change
Order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
i
A. Unit bid price previously approved
B. An agreed lump sum
Part C MFSS General Conditions.doc C-17 Part C-1 General Conditions
l l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C. The actual reasonable cost of(1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates; (3)materials entering _
permanently into the project, (4) actual cost of insurance, and bonds, and
(5) overhead and profit.
The Contractor agrees that should any change in the work of extra work be
ordered, the following applicable percentage shall be added to Material
and Labor Costs to cover overhead and profit:
1. Allowance to the Contractor for overhead and profit for extra work
performed by the Contractor's own forces shall not exceed 15%.
2. Allowance to the Contractor for overhead and profit for extra work
performed by a subcontractor and supervised by the Contractor shall
not exceed 10%.
Contractor shall be reimbursed for direct field overhead when the change
requires an extension of the Contract period. Contractor shall not be
reimbursed for indirect overhead or indirect costs related to changes to this
contract ..
No "Change Order" shall become effective until it has been approved and signed by each �-
of the contracting parties.
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions, either oral or written, appear to the Contractor
to involve "Extra Work" for which he should receive compensation, he shall make
written request to the Engineer for written orders authorizing such"Extra Work",prior to *�
beginning such work.
Should a difference arise as to what does or does not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep an
accurate account of the actual and reasonable cost thereof as provided under method
(Item C). Claims for"Extra Work" will not be paid unless the Contractor shall file his
claim with the Owner within five(5) before the time for making the first estimate after
such work is done and unless the claim is supported by satisfactory vouchers and certified
payrolls covering all labor and materials expended upon said Extra Work.
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
Part C MFSS General Conditions.doc C-18 Part C-i General Conditions
i i/26/2007
City of Fort Worth
Northwest WTP—!Membrane Filtration System
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.
C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this
.,, Contract, the Contractor shall submit to the Owner and receive the Owner's approval
thereof, a"Schedule of Operations" showing by a straight line method the date of
commencing and finishing each of the major elements of the Contract. There shall be
i also shown the estimated monthly cost of work for which estimates are to be expected.
There shall be presented also a composite graph showing the anticipated progress of
construction within the time being plotted horizontally and the percentage of completion
A, plotted vertically. The progress charts shall be prepared on 8 /z" x I I" sheets and at least
five black or blue prints shall b e furnished to the Owner.
C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITES:
Not Applicable to MFSS Subcontractor,
i
Part C MFSS General Conditions.doc C-19 Part C-1 General Conditions
_ l l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION C5-5 CONTROL OF WORK AND MATERIALS
d
C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction
of the Engineer and in strict compliance with the Contract Documents. He shall decide
all questions which arise as to the quality and acceptability of materials furnished,work
performed, rate of progress of the work, overall sequence of construction, interpretation
of the Contract Documents, acceptable fulfillment of the contract, compensation,mutual
rights between the Contractor and Owner under the Contract Documents, supervision of
the work, resumption of operations, and all other questions or disputes which may arise.
Engineer will not be responsible for Contractor's means, methods, techniques, sequences
or procedures of construction, or the safety precaution and programs incident thereto, and
he will not be responsible for Contractor's failure to perform the work in accordance with
the Contract Documents.
He shall determine the amount and quality of the work completed and materials
furnished, and his decisions and estimates shall be final. His estimates in such event shall
be a condition of the right of the Contractor to receive money due him under the ..
Contract. The Owner shall have executive authority to enforce and make effective such
necessary decisions and orders as the Contractor fails to carry out promptly.
In the event of any dispute between the Engineer and Contractor over the decision of the
Engineer on any such matters, the Engineer must, within a reasonable time, upon written
request of the Contractor, render and deliver to both the Owner and Contractor, a written
decision on the matter in controversy.
C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform .�
with the lines, grades, cross-sections, finish, and dimensions shown on the plans or any
other requirements otherwise described in the Contract Documents. Any deviation from
the approved Contract Documents required by the Engineer during construction will in all
cases be determined by the Engineer and authorized by the Owner by Change Order.
C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents
are made up of several sections, which, taken together, are intended to describe and
provide for a complete and useful project, and any requirements appearing in one of the
sections is as binding as though it occurred in all sections. In case of discrepancies,
figured dimensions shall govern over scaled dimensions, plans shall govern over
specifications, special conditions shall govern over general conditions, and standard
specifications, and quantities shown on the plans shall govern over those shown in the
proposal. The Contractor shall not take advantage of any apparent error or omission in
the Contract Documents, and the Owner shall be permitted to make such corrections or
interpretations as may be deemed necessary for the fulfillment of the intent of the
Contract Documents. In the event that the Contractor discovers an apparent error or
discrepancy, he shall immediately call this condition to the attention of the Engineer. In _
the event of a conflict in the drawings, specifications, or other portions of the Contract
Part C MFSS General Conditions.doc C-20 Part C-1 General Conditions
l l/26/2007
1,
M4
City of Fort Worth
Northwest WTP—Membrane Filtration System
Documents which were not reported prior to the award of Contract, the Contractor shall
be deemed to have quoted the most expensive resolution of the conflict.
C5-5.4 COOPERATION OF CONTRACTOR: Not Applicable to MFSS
Subcontractor.
C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: Not Applicable to MFSS
Subcontractor.
C5-5.6 FIELD OFFICE: Not Applicable to MFSS Subcontractor.
C5-5.7 CONSTRUCTION STAKES: Not Applicable to MFSS Subcontractor.
C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City inspectors will be
authorized to inspect all work done and to be done and all materials furnished. Such
inspection may extend to all or any part of the work, and the preparation or
manufacturing of the materials to be used or equipment to be installed. A City Inspector
may be stationed on the work to report to the Engineer as to the progress of the work and
the manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
= of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the material or equipment furnished or the manner of performing the
work, the City Inspector will have authority to reject materials or equipment and to
suspend work until the question at issue can be referred to and be decided by the
Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge,
or release any requirement of these Contract Documents, nor to approve or accept any
portion or section of the work; not to issue any instructions contrary to the requirements
of the Contract Documents. He will in no case act as superintendent or foreman or
perform any other duties for the Contractor, or interfere with the management or
operation of the work. He will not accept from the Contractor any compensation in any
form for performing any duties. The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
obligations of the Contract Documents, provided, however, should the Contractor object
to any orders or instructions of the City Inspector, the Contractor may within six days
make written appeal to the Engineer for his decision'on the matter in controversy.
C5-5.9 INSPECTOR: Not Applicable to MFSS Subcontractor.
C5-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work ,
materials, or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at his own expense. Work done
beyond the lines and grades given or as shown on the plans, except as herein specifically
provided, or any Extra Work done without written authority, will be considered as
Part C MFSS General Conditions.doc C-2 L Part C-1 General Conditions
l l/26/2007
City of Fort Worth
Northwest WTP- Membrane Filtration System
unauthorized and done at the expense of the Contractor and will not be paid for by the
Owner. Work so done may be ordered removed at the Contractor's expense. Upon
failure on the part of the Contractor to comply with any order of the Engineer made under
the provisions of this paragraph, the Engineer will have the authority to cause the
defective work to be remedied or removed and replaced and unauthorized work to be
removed, and the cost thereof may be deducted from any money due or to become due to
the Contractor. Failure to require the removal of any defective work or unauthorized
work shall not constitute acceptance of such works.
C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law,
ordinance, codes or regulations permit the Contractor to furnish or use a substitute that is
equal to any material or equipment specified, and if the Contractor wishes to furnish or
use a proposed substitute, he shall, prior to the preconstruction conference, make written
application to Engineer for approval of such substitute certifying in writing that the
proposed substitute will perform adequately the functions called for by the general
design, be similar and of the equal substance to that specified and be suited to the same
use and capable of performing the same function as that specified; and identifying all
variations of the proposed substitute from that specified and indicating available ..
maintenance service. No substitute shall be ordered or installed without the written
approval of the Engineer who will be the judge of the equality and may require the
Contractor to furnish such other data about the proposed substitute as he considers ..
pertinent. No substitute shall be ordered or installed without such performance guarantee
and bonds as Owner may require which shall be furnished at Contractor's expense.
Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly •�
or indirectly employed by either of them from and against the claims, damages, losses
and expenses(including attorney's fees) arising out of the use of substituted materials or
equipment.
C5-5.12 SAMPLES AND TESTS OF MATERIALS: Not Applicable to MFSS
Subcontractor.
C5-5.13 STORAGE OF MATERIALS: Not Applicable to MFSS Subcontractor.
C5-5.14 EXISTING STRUCTURES AND UTILITIES: Not Applicable to MFSS
Subcontractor.
C5-5.15 INTERRUPTION OF SERVICE: Not Applicable to MFSS Subcontractor.
C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or
neglect on the part of the Contractor, any other Contractor or any sub-contractor shall
suffer loss or damage on the work, the Contractor agrees to settle with such other
Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-
contractor shall assert any claim against the Owner on account of any damage alleged to
have been sustained,the Owner will notify the Contractor, who shall indemnify and save _
harmless the Owner against such claim.
Part C MFSS General Conditions.doc C-22 Part C-i General Corr,ditions
t I"26;200'7
City of Fort Worth
Northwest WTP—Membrane Filtration System
C5-5.17 CLEAN-UP: Not Applicable to MFSS Subcontractor.
C5-5.18 FINAL ACCEPTANCE: Not Applicable to MFSS Subcontractor.
!
MP
Mf
i
Part C MFSS General Conditions.doc C-23 Part C-1 General Ccnditions
l l/26/2007
i
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders, laws,ordinances, and regulations which exist at the time of the Contract or
may be hereafter enacted during the performance of the Contract by bodies having
jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance
thereof will be considered. The Contractor and his sureties shall indemnify and save
harmless the City and all of its officers, agents, and employees against any and all claims
or liability arising from or based on the violation of any such law, ordinance, regulation,
or order, whether it be by himself or his employees.
C6-6.2 PERMITS AND LICENSES: Not Applicable to MFSS Subcontractor.
C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is
required or desires to use any design,device, material, or process covered by letter,
patent, or copyright, he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and
understood that without exception the contract prices shall include all royalties or cost ■.
arising from the patents, trade-marks,and copyrights in any way involved in the work.
The Contractor and his sureties shall indemnify and save harmless the Owner from any
and all claims for infringement by reason of the use of any such patented design,device,
material, or process, or any trade-mark or copyright in connection with the work agreed
to be performed under these Contract Documents, and shall indemnify the Owner for any
cost, expense, or damage which it may be obliged to pay for reason of such infringement
at any time during the prosecution of the work, provided, however, that the Owner will
assume the responsibility to defend any and all suits brought for infringement of any
patent claimed to be infringed upon by the design, type of construction or material or
equipment specified in the Contract Documents furnished the Contractor by the Owner,
and to hold the Contractor harmless on account of such suits.
C6-6.4 SANITARY PROVISIONS: Not Applicable to AIFSS Subcontractor.
C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Not Applicable to MFSS
Subcontractor.
C6-6.6 PRIVELEGES OF CONTRACTOR IN STREETS, ALLEYS. AND RIGHT OF
WAY: Not Applicable to MFSS Subcontractor.
. C6-6.7 RAILWAY CROSSINGS: Not Applicable to MFSS Subcontractor. ..
C6-6.8 BARRICADES, WARNINGS, AND FLAGMEN: Not Applicable to MFSS
Subcontractor.
Part C MFSS General Conditions.doc C-24' Part C-I General Conditions
l l/26/2Q07
PM
City of Fort Worth
Northwest WTP—Membrane Filtration System
C6-6.9 USE OF EXPLOSIVES. DROP WEIGHT, ETC.: Not Applicable to MFSS
Subcontractor.
C6-6.10 WORK WITHIN EASEMENTS: Not Applicable to MFSS Subcontractor.
C6-6.11 INDEPENDENT CONTRACTOR: Not Applicable to tVIFSSSubcontractor.
C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor
covenants and agrees to indemnify the City' Engineer and Architect, and their personnel
at the project site for the Contractor's sole negligence. In addition, the Contractor
covenants and agrees to indemnify, hold harmless and defend at its own expense,the
Owner, its officers, agents, servants, and employees, from and against all claims or suits
for property loss, property damage,personal injury, including death, arising out of, or
alleged to arise of,the work and services to be performed hereunder by the Contractor, its
officers, agents, employees subcontractors, licensees or invitees, whether or not any
such iniury, damage or death is caused, in whole or in Part, by the negligence of the
Owner, its officers, agents,servants, or employees. Contractor likewise covenants and
agrees to indemnify and hold harmless Owner from and against any and all injuries to the
Owner's officers, agents, servants, and employees, loss or destruction of property of the
Owner arising form the performance of any of the terms and conditions of this Contract,
whether or not any such iniury or damage is caused, in whole or in part, by the
negligence or alleged negligence of the Owner, its officers, agents,servants, or
employees.
In the event the Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until the
Contractor either (a) submits to the Owner satisfactory evidence that the claim has been
settled and/or a release from the claimant involved, or(b)provides the Owner with a
letter from the Contractor's liability insurance carrier that the claim has been referred to
the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding
as a result of work performed under a City Contract.
C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation for any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days after the actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the month succeeding that in which any
such damage is claimed to have been sustained,the Contractor shall file with the
Engineer an itemized statement of the details and amount of such alleged damage and,
upon request, shall give the Engineer access to all books of account, receipts, vouchers,
bills of lading, and other books or papers containing any evidence as to the amount of
■ such alleged damage. Unless such statements shall be filed as hereinabove required, the
Contractor's claim for compensation shall be waived, and he shall not be entitled to
payment on account of such damages.
Part C MFSS General Conditions.doc C-25 Part C-1 General Conditions
i l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES: Not Applicable
to MFSS Subcontractor.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: Not Applicable to
MFSS Subcontractor.
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: Not Applicable to MFSS Subcontractor.
C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the
opinion of the Engineer, any section or portion of the work or any structure is in suitable
condition, it may be put into use upon the written order of the Engineer, and such usage
shall not be held to be in any way an acceptance of said work or structure or any part
thereof or as a waiver or any of the provisions or these Contract Documents. All
necessary repairs and removals of any section of the work so put into use, due to
defective materials or workmanship, equipment, or to deficient operations on the part of
the Contractor, shall be performed by the Contractor at his own expense.
C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or non-execution of the
work. The Contractor shall rebuild, repair, restore, and make good at his own expense all
injuries or damages to any portion of the work occasioned by any of the hereinabove _
causes.
C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order
by the Owner by payment of money or any payment for or acceptance of any work, or
any extension of time, or any possession taken by the City shall not operate as a waiver of
any provision of the Contract Documents. Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach.
The Owner reserves the right to correct any error that may be discovered in any estimate _
that may have been paid and to adjust the same to meet the requirements of the Contract
Documents.
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the
provisions of these Contract Documents or in exercising any power or authority granted
thereunder,there shall be no liability upon the authorized representatives of the Owner,
either personally or otherwise as they are agents and representatives of the City.
C6-6.21 STATE SALES TAX: This contract is issued by an organization which -
qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas
Limited Sales, Excise, and Use Tax Act. All equipment and materials not consumed by
■
Part C MFSS General Conditions.doc C-26 Part C-1 General Conditions
l l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
or incorporated into the project construction are subject to State Sales Tax under House
Bill 11, enacted August 15, 1991. All such taxes shall be included in the various amounts
_ on the Proposal Form. The successful Bidder shall be required to submit a breakdown
between costs of labor, consumable material and other construction costs and costs of
material incorporated into the project construction prior to execution of this contract.
At the time of execution of the Contract Documents by the Contractor, the Contractor
shall complete the "Statement of Materials and Other Charges"which identifies the
project costs anticipated in the Project into "Materials Incorporated into the Project" and
"All Other Charges". The Contract shall be a"Separated Contract".
The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor.
All Change Orders to the Contract will separate charges for materials and labor and will
contain the following statement:
"For purposes of complying with Texas Tax Code, the Contractor agrees that the charges
_ for material incorporated into the project in excess of the estimated quantity provided for
herein will be no less than the invoice price for such material to the Contractor.
Part C MFSS General Conditions.doc C-27 Part C-1 General Conditions
11 i26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION C7-7 PROSECUTION AND PROGRESS
C7-7.1 SUBLETTING: Not Applicable to MFSS Subcontractor.
C7-7.2 ASSIGNMENT OF CONTRACT: Not Applicable to VFSS Subcontractor.
C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction
operation, the Contractor shall submit to the Engineer in five or more copies, if requested
by the Engineer, a progress schedule preferably in chart or diagram form, or a brief
outlining in detail and step by step manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time. There shall also be submitted a table of estimated amounts to be
earned by the Contractor during each monthly pay estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure its
completion within the time limit.
The sequence requested of all construction operations shall be at all times as specified in
the Special Contract Documents. Any deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from the full responsibility of the complete
performance of the Contract.
i
The contract time may be changed only as set forth in Section C7-7.8 "Extension of Time
of Completion'of this Agreement, and a progress schedule shall not constitute a change
in the contract time.
C7-7.4 LIMITATIONS OF OPERATIONS: Not Applicable to MFSS Subcontractor.
C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Not Applicable to MFSS
Subcontractor.
C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the
first day of work completed as defined in C 1-1.23 "WORKING DAY" or the date
stipulated in the "WORK ORDER" for beginning work, whichever comes first.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday, or Legal Holidays, providing that the following
requirements are met:
A. A request to work on a specific Saturday, Sunday, or Legal Holiday must
be made to the Engineer no later than the preceding Thursday.
Part C MFSS General C,onditions.doc C-28 Part C-1 General Conditions
l l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
i
B. Any work to be done on the project on such a specific Saturday, Sunday,
_ or Legal Holiday must be, in the opinion of the Engineer, essential to the
timely completion of the project.
The Engineer's decision shall be final in response to such a request for approval to work
i
on a specific Saturday, Sunday, or Legal Holiday, and no extra compensation will be
allowed to the Contractor for any work performed on such specific Saturday, Sunday, or
Legal Holiday.
i
Calendar Days shall be defined in C 1-1.24 and the Contractor may work as he so desires.
i
C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall
commence the working operations within the time specified in the Contract Documents
and set forth in the Work Order. Failure to do so shall be considered by the Owner as
abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit.
The Contractor shall maintain a rate of progress such as will insure that the whole work
will be performed and the premises cleaned up in accordance with the Contract
Documents and within the time established in such documents and such extension of time
as may be properly authorized by the Owner.
C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall have occurred. Should an extension of time of
— completion be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time or completion of the work, consideration will be given to
unforeseeable causes beyond the control of an without the fault of negligence of the
Contractor, including but not limited to acts of the public enemy, acts of the Owner, fire,
flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays
of sub-contractors due to such causes.
When the date of completion is based on a calendar day bid, a request for extension of
' time because of inclement weather will not be considered. A request for extension of
time due to inability to obtain supplies and materials will be considered only when a
review of the Contractor's purchase order dates and other pertinent data as requested by
the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery
on schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery.
If satisfactory execution and completion of the contract should require work and
materials in greater amounts or quantities than those set forth in the approved Contract
Documents, then the contract time may be increased by Change Order.
Part C MFSS General Conditions.doc C-29 Part C-1 General Conditions
11/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C7-7.9 DELAYS: 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. When such extra compensation is claimed, a written statement
thereof shall be presented by the Contractor to the Engineer and if by him found correct
shall be approved and referred by him to the Council for final approval or disapproval;
and the action thereon by the Council shall be final and binding. If delay is caused by
specific orders given by the Engineer to stop work, or by the performance of extra work,
or by the failure of the City to provide materials or necessary instructions for carrying on
the work, then such delay will entitle the Contractor to an equivalent extension of time,
his application for which shall, however, be subject to the approval of the City Council;
and no such extension of time shall release the Contractor or the surety on his
performance bond from all obligations hereunder which shall remain in full force until
the discharge of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of
the contract. Each bidder shall indicate in the appropriate place on the last page of the
Proposal the number of working days or calendar days that he will require to fully —
complete this contract or the time of completion will be specified by the City in the
Proposal section of the Contract Documents.
The number of days indicated shall be a realistic estimate of the time required to
complete the work covered by the specific contract being bid upon. The amount of time
so stated by the successful bidder or the City will become the time of completion i
specified in the Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or the increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule,unless otherwise specified in other parts of the
Contract Documents, will be deducted from monies due the Contractor, not as a penalty,
but as liquidated damages suffered by the Owner.
AMOUNT OF CONTRACT
Less than $5,000 inclusive$35.00
$5,001 to $15,000 inclusive $45.00
$15,001 to $25,000 inclusive $63.00
$25,001 to $50,000 inclusive$105.00
$50,001 to 100,000 inclusive$154.00
$100,001 to $500,000 inclusive $210.00
$500,001 to $1,000,000 inclusive $315.00
$1,000,001 to $2,000,000 inclusive $420.00
$2,000,000 and over $630.00
Part C MFSS General Conditions.doc C-30 Part C-1 General Conditions
l l/26/2007
i
City of Fort Worth
Northwest WTP—Membrane Filtration System
The parties hereto understand and agree that any harm to the City caused by the
Contractor's delay in completing the work hereunder in the time specified by the
Contract Documents would be incapable or very difficult of accurate estimation, and that
the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast
of just compensation due the City for harm caused by any delay.
C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations
on such part or parts of the work ordered by any court, and will not be entitled to
additional compensation by virtue of such court order. Neither will he be liable to the
city in the event the work is suspended by a Court Order. Neither will the Owner be
liable to the Contractor by virtue of any Court Order or action for which the Owner is not
solely responsible.
C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the
work operation wholly or in part for such period or periods of time as he may deem
necessary due to unsuitable weather conditions or any other unfavorable conditions
which in the opinion of the Owner or Engineer cause further prosecution of the work to
be unsatisfactory or detrimental to the interest of the project. During temporary
suspension of work covered by this contract, for any reason, the Owner will make no
extra payment for stand-by time of construction equipment and/or construction crews.
If it should become necessary to suspend work for an indefinite period, the Contractor
shall store all materials in such 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.
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, as set forth in
Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION, and should it be
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time, then the
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 Engineer tat
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.
No reimbursement shall be allowed if the equipment is moved to another construction
project for the City of Fort Worth. The Contractor shall not suspend work without
written notice from the Engineer and shall proceed with the work operations promptly
when notified by the Engineer to so resume operations.
C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever, because of National Emergency, so declared by the President of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the necessary labor, materials, and equipment for the prosecution of the work with
Part C%/IFSS General Conditions.doc C-31 Part C-I General Conditions
11/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
reasonable continuity for a period of two months, the Contractor shall within seven days
notify the City in writing, giving a detailed statement of the efforts which have been
made and listing all necessary items of labor, materials, and equipment not obtainable. If,
after investigations, the Owner finds such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contract, then if the Owner cannot after reasonable effort,assist the Contractor in
procuring and making available the necessary labor, materials, and equipment within
thirty days, the Contractor may request the Owner to terminate the contract and the
Owner shall comply with the request, and the termination shall be conditioned and based
upon a final settlement mutually acceptable to both the Owner and the Contractor and
final payment shall be made in accordance with the terms of the agreed settlement, which
shall include, but not be limited to, the payment for all work executed, but no anticipated
profits on work which has not been performed.
C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF CONTRACT: The work operations on all or any portion or section of the work under
contract shall be suspended immediately upon written order of the Engineer or the
contract may be declared cancelled by the City Council for any good and sufficient cause.
The following, by way of example, but not of limitation, may be considered grounds for
suspension or cancellation:
A. Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
B. Substantial evidence that the progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
C. Failure of the Contractor to provide and maintain sufficient labor and
equipment to properly execute the working operations.
D. Substantial evidence that the Contractor has abandoned the work.
E. Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry out the work satisfactorily.
F. Failure on the part of the Contractor to observe any requirements of the
Contract Documents or to comply with any orders given by the Engineer
or Owner provided for in these Contract Documents.
G. Failure of the Contractor promptly to make good any defect in materials or
workmanship, or any defects of any nature the correction of which has _
been directed in writing by the Engineer or the Owner.
H. Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work
under contract.
Part C MFSS General Conditions.doc C-32 Part C-I General Conditions
l 1/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
I. A substantial indication that the Contractor has made an unauthorized
MP assignment of the contract or any funds due therefrom for the benefit of
any creditor or for any other purpose.
J. If the Contractor shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
K. If the Contractor commences legal action against the Owner.
A copy of the suspension order or action of the City Council shall be served on the
Contractor's Sureties. When work is suspended for any cause or causes, or when the
contract is cancelled, the Contractor shall discontinue the work or such part thereof as the
Owner shall designate, whereupon the Sureties may, at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may, with the written consent of the Owner, sublet the work or
that portion of the work as taken over, provided however,that the Sureties shall exercise
their option, if at all, within two weeks after the written notice to discontinue the work
has been served upon the Contractor and the Sureties or their authorized agents. The
Sureties, in such event shall assume the contractor's place in all respects, and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contact Documents. All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all terms of the Contract Documents.
In case the Sureties do not, within the hereinabove specified time, exercise their right and
option to assume the contract responsibilities, or that portion thereof which the Owner
has ordered by the Contractor to discontinue, then the Owner shall have the power to
complete, by contract or otherwise, as it may determine, the work herein described or
such part thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of an use any materials, plants, tools,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools, equipment, materials, labor, and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials, tools, equipment, and all expenses incidental
thereto. The expense so charged shall be deducted by the Owner from such monies as
may be due or may become due at any time thereafter to the Contractor under and by
virtue of the Contract or any part thereof. The Owner shall not be required to obtain the
lowest bid for the work completing the contract, but the expense to be deducted shall be
the actual cost of the owner of such work.
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contractor, then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due. When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section,the Contractor shall continue
Part C MFSS General Conditions.doc C-33 Part C-1 General Conditions
l l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
the remainder of the work in conformity with the terms of the Contract Documents in
such a manner as to not hinder or interfere with performance of the work by the Owner.
C7-7.1 5 FULFILLMENT OF CONTRACT: The Contract will be considered as having
been fulfilled, save as provided in any bond or bonds or by law, when all the work and all
sections or parts of the project covered by the.Contract Documents have been finished _
and completed, the final inspection made by the Engineer, and the final acceptance and
final payment made by the Owner.
C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER:
A. Notice of Termination: The performance of the work under this contract
may be terminated by the Owner in whole, or from time to time in part, in
accordance with this section, whenever the Owner shall determine that such
termination is in the best interest of the Owner. Any such termination shall be
effected by mailing a notice of termination to the Contractor specifying the extent
to which performance of work under the contract is terminated, and the date upon
which such termination is to become effective. Receipt of the notice shall be
deemed conclusively presumed and established when the letter is placed in the
United States Mail by the Owner. 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 Owner
regarding such discretionary action.
B. Contractor Action: After receipt of a notice of termination, and except as
otherwise directed by the Engineer, 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 work terminated by the notice of termination.
1. Transfer title to the Owner and deliver in the manner, at the times,
and to the extent, if any, directed by the Engineer.
a. The fabricated or un-fabricated part, work in process,
completed work, supplies, and other material produced as
part of, or acquired in connection with, the performance of
the work terminated by the notice of termination.
b. The completed, or partially completed plans, drawings,
information and other property which, if the contract had
Part C MFSS General Conditions.doc C-34 Part C-1 General Conditions
11/26/2007
City of Fort Worth
Northwest WTP Membrane Filtration System
been completed, would have been required to be furnished
by the Owner.
5. Complete performance of such part of the work as shall not have
been terminated by the notice of termination.
6. Take such action as may be necessary, or as the Engineer 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.
�- At a time not later than 30 days after the termination date specified in the notice
of termination, the Contractor may submit to the Engineer a list, certified as to the
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 the Engineer. Not later than 15 days thereafter, the Owner shall
accept title to such items provided, that the list submitted shall be subject to
verification by the Engineer 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.
C. Termination Claim: Within 60 days after notice of termination, the
Contractor shall submit his termination claim to the Engineer in the form and with
the certification prescribed by the Engineer. Unless one or more extensions in
writing are granted by the Owner upon request of the Contractor, made in writing
within such 60 day period or authorized.extension thereof, any an all such claims
shall be conclusively deemed waived.
D. Amounts: Subject to the provision if Item C7-7.16,the Contractor and
Owner may agree upon the whole or any part of the amount or amounts to be paid
to the Contractor by reason of the total or partial termination of work pursuant
hereto; provided, that such agreed amount or amounts shall never exceed the total
contract price as reduced by the amount of payments otherwise made and as
further reduced by the contract price of work not terminated. The contract shall
be amended accordingly, and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits. Nothing in C7-7.16 hereafter,
prescribing the amount to be paid to the Contractor in the event of failure of the
Contractor by reason of the termination of work pursuant to this section, shall be
deemed to limit, restrict, or otherwise determine or affect the amount or amounts
which may be agreed upon to be paid to the Contractor pursuant to this paragraph.
E. Failure to Agree: In the event of the failure of the Contractor and the
Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to
the Contractor by reason of the termination of work on the basis of information
available to it, the amount, if any, due to the Contractor by reason of the
Part C MFSS General Conditions.doc C-35 Part C-1 General Conditions
I l"26.2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
termination and shall pay to the Contractor the amounts determined. No amount
shall be due for lost or anticipated profits.
F. Deductions: In arriving at the amount due the contractor(under this
section, there shall be deducted(a) all un-liquidated advance or other payments on
account theretofore made to the Contractor, applicable to the terminated portion
of this contract; (b) an y claim which the Owner may have against the Contractor
in connection with this contract; and (c)the agreed price for, or the proceeds of
sale of,any materials, supplies, or other things kept by the Contractor or sold,
pursuant to the provisions of this clause,and not otherwise recovered by or
credited to the Owner.
G. Adjustment: If the termination hereunder be partial, prior to the settlement
of the terminated portion of the contract, the Contractor may file with the
Engineer a request in writing for an equitable adjustment of the price or price
specified in the contract relating to the continued portion of the contract (the
portion not terminated by the notice of termination), such equitable adjustment as
may be agreed upon shall be made in such price or prices; nothing contained
herein,however, shall limit the right of the Owner an d the Contractor to agree
upon the amount or amounts to be paid to the Contractor for the completion of the
continued portion of the contract when said contract does not contain an
established contract price for such continued portion.
H. No Limitation of Rights: Nothing contained in this section shall limit or i
alter the rights which the Owner may have for termination of this contract under
C7-7.14 hereof entitled"Suspension of Abandonment of the Work and
Amendment of Contract" or any other right which Owner may have for default or
breach of contract by Contractor.
C7-7.17 SAFETY METHODS AND PRACTICES: Not Applicable to MFSS
Subcontractor.
r
Part C MFSS General Conditions.doc C-36 Part C-i General Conditions
l 1/26/2007
ON
City of Fort worth
Northwest wTP—Membrane Filtration System
SECTION C8-8 MEASURMENT AND PAYMENT
C8-8.1 MEASURMENT OF QUANTITIES: The determination of quantities of work
performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and will
be the actual length, area, solid contents, numbers, and weights of the materials and items
installed.
C8-8.2 UNIT PRICES: When in the Proposal a"Unit Price" is set forth, the said"Unit
Price" shall include the furnishing by the Contractor of all labor, tools, materials,
machinery, equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
these Contract Documents.
The"Unit Price" shall include all permanent and temporary protection of overhead,
surface, and underground structures, cleanup, finished, overhead expense, bond,
insurance, patent fees, royalties, risk due to the elements and other causes, delays,profits,
injuries, damage claims, taxes, and all other items not specifically mentioned that may be
required to fully construct each item of the work complete in place an in a satisfactory
condition of operation.
C8-8.3 LUMP SUM: Whcn in the Proposal a"Lump Sum" is set forth, the said'`Lump
Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials,
machinery, equipment, appurtenances, and all subsidiary work necessary for the
construction and completion of all the work to provide a complete and functional item as
detailed in the Special Contract Documents and/or Plans.
C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools, materials,
and incidentals for performing all work contemplated and embraced under these Contract
Documents, for all loss and damage arising out of the nature of the work or from the
action of the elements, for any unforeseen defects or obstructions which may arise or be
encountered during the prosecution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, (except as
provided in paragraph C5-5.14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the suspension
or discontinuance of such prosecution of the working operations as herein specified, or
T any and all infringements of patents, trademarks, copyrights, or other legal reservations,
and for completing the work in an acceptable manner according to the terms of the
Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work
by the Owner shall in no way constitute an acknowledgment of the acceptance of the
Part C N1FSS General Conditions.doc C-37 Part C-1 General Conditions
1 l/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
work, materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or _
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the two (2) year guaranty period after the final
acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage,
and the Contractor shall be liable to the Owner for failure to correct the same as provided
herein.
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Partial pay estimates shall be
submitted by the Contractor or prepared by the City on the 5th day and 20th day of each
month that the work is in progress. The estimate shall be proceeded by the City on the —
10th day and 25th day respectively. Estimates will be paid within 25 days following the
end of the estimate period, less the appropriate retainage as set out below. Partial pay
estimates may include acceptable nonperishable materials delivered to the work place
which are to be incorporated into the work as a permanent part thereof, but which at the
time of the pay estimate have not been so installed. If such materials are included within
a pay estimate, payment shall be based upon 85% of the net voice value thereof. The ^
Contractor will furnish the Engineer such information as may be reasonably requested to
aid in the verification or the preparation of the pay estimate.
For contracts of less than $400,000 at the time of execution, retainage shall be ten per
cent (10%). For contracts of$400,000 or more at the time of execution, retainage shall
be five percent(5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold —
future payments from the Contractor until compliance with this paragraph is
accomplished.
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be ••
held in abeyance if the performance of the construction operations is not in accordance
with the requirements of the Contract Documents.
Part C MFSS General Conditions.doc C-38 Part C-1 General Conditions
1 l/26/2007
r
i
City of Fort Worth
Northwest WTP—Membrane Filtration System
C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the
i Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing that the improvements are ready for the final inspection.
The Engineer shall notify the appropriate officials of the Owner, will within a reasonable
time make such final inspection, and if the work is satisfactory, in an acceptable
condition, and has been completed in accordance with the terms of the Contract
Documents and all approved modifications thereof, the Engineer will initiate the
processing of the final estimate and recommend final acceptance of the project and final
payment thereof as outlined in C8-8.8 below.
C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
Contractor, a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements, computations, and checks can be made.
i
All prior estimates upon which payment has been made are subject to necessary
corrections or revisions in the final payment.
The amount of the final estimate, less previous payments and any sum that have been
deducted or retained under the provisions of the Contract Documents, will be paid to the
Contractor within 60 days after final acceptance by the Owner on a proper resolution of
the City Council, provided the Contractor has furnished to the Owner satisfactory
evidence of payment as follows: prior submission of the final estimate for payment, the
i Contractor shall execute an affidavit, as furnished by the City, certifying that all persons,
firms, associations, corporations, or other organizations furnishing labor and/or materials
have been paid in full,that the wage scale established by the City Council in the City of
Fort Worth has been paid, and that there are no claims pending for personal injury and/or
• property damages.
The acceptance by the Contractor of the last or final payment as aforesaid shall operate as
and shall release the Owner 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 said City relating to or connected with the Contract.
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has
employed competent Engineers and designers to prepare the Contract Documents and all
.} modifications of the approved Contract Documents. It is,therefore, agreed that the
Owner shall be responsible for the adequacy of its own design features, sufficiency of the
Contract Documents, the safety of the structure, and the practicability of the operations of
Part C MFSS General Conditions.doc C-39 Part C-1 General Conditions
11/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
the completed project, provided the Contractor has complied with the requirements of the
said Contract Documents, all approved modifications thereof,and additions and
alterations thereto approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the said
requirements of the Contract Documents, approved modifications thereof, and all
approved additions and alterations thereto.
C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any
provision in the Contract Documents, nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship. 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 in the amount of 100 percent of the
amount of the contract which shall assure the performance of the general guaranty as
above outlined. The Owner will give notice of observed defects with reasonable
promptness.
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor of this specifications, it being the City's intent
that the Contractor guarantee its work for a period of two (2) years following the date of r•
acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the
following in lieu of the existing paragraph 2.
C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents, or the Special Contract Documents, in which no specific
item for bid has been provided for in the Proposal, shall be considered as a subsidiary
item of work, the cost of which shall be included in the price bid in the Proposal, for each
bid item. Surface restoration, rock excavation, and clean-up are general items of work ,.
which fall in the category of subsidiary work.
C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be �•
allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed
by the Engineer, depending on field conditions. Payment for miscellaneous placement of
material will be made for only that amount of material used, measured to the nearest one-
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the project.
C8-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all
specifications, plans, addenda, modifications, shop drawings, and samples at the site, in
good order and annotated to show all changes made during the construction process.
These shall be delivered to the Engineer upon completion of the work.
Part C MFSS General Conditions.doc C-40 Part C-1 General Conditions
l 1/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C8-8.14 RIGHT TO AUDIT:
A. 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 normal 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 section. 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 the subcontract,
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 normal working hours to all subcontractor facilities, and
shall be provided adequate and appropriate work space, in order to conduct
audits in compliance with the provisions of this article. City shall give
i 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 the Contractor for the
cost of copies as follows:
1. 50 copies and under- 10 cents per page
2. More than 50 copies - 85 cents for the first page plus
fifteen cents for each page thereafter.
C8-8.15 SCHEDULE COSTS: Not Applicable to MFSS Subcontractor.
END OF SECTION
i
Part C MFSS General Conditions.doc C-41 Part C-t General Conditions
rr I t/26/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
rr
THIS PAGE INTENTIONALLY LEFT BLANK
rM
Part C MFSS General Conditions.doc C-42 Part C-1 General Conditions
l 1/26/2007
PART D
SPECIAL CONDITIONS
City of Fort Worth
Northwest WTP—Membrane Filtration System
■
PART D
SPECIAL CONDITIONS
■ This Part D—Special Conditions is complimentary to Part C—General Conditions of the Contract. Anything
contained in this Part D that is additive to any provision in Part C—General Conditions of the Contract are to
be read together. Any conflict between Part C—General Conditions of the Contract and this Part D, Part D
shall control.
FOR: NORTHWEST WATER TREATMENT PLANT
MEMBRANE FILTRATION SYSTEM
CAPITAL PROJECT NO. 00456
D-1 GENERAL
The City of Fort Worth is in the process of designing the new Northwest Water Treatment Plant(WTP). Final
design of the project is scheduled to completed by the end of July 31,2008. Construction of the Northwest
WTP is scheduled to start in November 2008 and substantially completed and producing potable water by June
2010. The plant process will include membrane filtration. The membrane filtration system will be selected
prior to commencing final design of the WTP facilities. The membrane filtration system supplier(MFSS)will
' be selected based on a present worth evaluated bid as specified herein. The selected MFSS will enter into a
special engineering services agreement with the City of Fort Worth for purposes of preparing shop drawings
and attending design meetings with the Engineer during the design phase of the project. The majority of the
■ goods and services to be provided by the MFSS will be included as part of the General Construction Contract
for the Northwest WTP. Once the General Contractor for the Northwest WTP Project is selected,the MFSS
will enter into a subcontract agreement with the General Contractor for the membrane filtration system goods
r and services at the price submitted in the Proposal.
The following Special Conditions shall be applicable to this project and shall govern over any conflicts with
the General Contract Documents under the provisions stated above. The MFSS shall be responsible for defects
in this project due to faulty materials and workmanship,or both,for a period of two(2)years beginning at the
date of final completion of the Northwest WTP Project or six months after successful completion of the
acceptance testing,which ever comes first. MFSS will be required to replace at his expense any part or all of
this project which becomes defective due to these causes.
Bidders shall not separate, detach or remove any portion, segment or sheets from the contract
■ document at any time. Failure to bid or fully execute contract without retaining contract documents
intact may be grounds for designating bids as"non-responsive"and rejecting bids or voiding contract
as appropriate as determined by the City Engineer.
D-2 LOCATION AND DESCRIPTION OF PROJECT
' The Northwest Water Treatment Plant site is located at 12200 Old Weatherford Road,Fort Worth,Texas,
76108. The scope of work for the MFSS consists of the furnishing of all the material,equipment, labor and
supervision necessary for supplying the Membrane Filtration System for the Northwest Water Treatment
Plant as described herein.
■
Part D Special Conditions.doc D-1 11/27/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
The Northwest Water Treatment Plant will be a new facility consisting of the following:
1. Raw Water Pump Station
2. Raw Water Ozonation Facilities
a. Liquid Oxygen Storage and Vaporizers
b. Ozone Generation Building
c. Ozone Diffusion and Contact Basins
3. Rapid Mix,Flocculation,and Sedimentation Basins
4. Granular Activated Carbon Contactors(Biologically Active)
5. Membrane Filtration System Facilities
a. Membrane Building r
b. Membrane Modules and Pumps
c. Chemical Facilities
6. Chemical Facilities ■
a. Chemical Building
b. Chemical Storage Tanks
c. Chemical Feed Pumps
7. Washwater Recovery System
a. Washwater Basins
b. Recycle Pump Station
8. Clearwell Storage Reservoir ■
9. High Service Pump Station
10. Electrical Building
D-3 SPECIAL ENGINEERING SERVICES AGREEMENT
■
The MFSS shall provide Special Engineering Services related to the membrane filtration system during the
design phase of the project. The MFSS shall enter into an agreement(Part G)with the City of Fort Worth
for these services, defined further within these specifications. The City shall pay the MFSS $50,000 for `
these services. If the MFSS feels that the cost of these services will exceed$50,000,the MFSS shall
include the additional cost within Item A of the Proposal.
D-4 SUBCONTRACT AGREEMENT WITH GENERAL CONTRACTOR
The MFSS shall enter into a Subcontract Agreement with the General Contractor for the Northwest WTP
Project for the work described herein,with exception of the work to be performed as part of the Special
Engineering Services Agreement. The proposal price(Item A of the Proposal)will be included as a line
item in the Proposal for the General Construction Contract of the Northwest WTP. The scope of work of ■
the MFSS be included as part of the overall scope of work for the General Contractor and become a part of
their contract.
■
D-5 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions:
1. Certification of coverage("certificate"). A copy of a certificate of insurance,a certificate of authority
to self-insure issued by the commission,or a coverage agreement(TWCC-81,TWCC-82,TWCC-83,
■
Part D Special Conditions.doc D-2 11/27/07
■
■
City of Fort Worth
Northwest WTP—Membrane Filtration System
or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity's
employees providing services on a project, for the duration of the project.
2. Duration of the project- includes the time from the beginning of the work on the project until the
contractor's/person's work on the project has been completed and accepted by the governmental entity.
3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or
entities performing all or part of the services the contractor has undertaken to perform on the project,
■ regardless of whether that person contracted directly with the contractor and regardless of whether that
person has employees. This includes, without limitation, independent contractors, subcontractors,
leasing companies,motor carriers,owner operators,employees of any such entity,or employees of any
entity which furnishes persons to provide services on the project. "Services" include, without
limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation,
or other services related to a project. "Services" does not include activities unrelated to the project,
■ such as food/beverage vendors, office supply deliveries,and delivery of portable toilets.
B. The Contractor shall provide coverage,based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory requirements of Texas
■ Labor Code,Section 401.011(44)or all employees of the Contractor providing services on the project,
for the duration of the project.
■ C. The Contractor must provide a certificate of coverage to the governmental entity prior to being warded
the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
r
E. The Contractor shall obtain from each person providing services on a project, and provide the
governmental entity:
1. A certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing services on
the project; and
2. No later than seven days after receipt by the contractor, a new certificate of coverage showing
■ extension of coverage,if the coverage period shown on the current certificate of coverage ends during
the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the project and for
one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,
r within ten(10)days after the contractor knew or should have known„of any change that materially
affects the provision of coverage of any person providing services on the project.
H. The contractor shall post on each project site a notice,in the text,form and manner prescribed by the
Texas Worker's Compensation Commission,informing all persons providing services on the project
that they are required to be covered,and stating how a person may verify coverage and report lack of
coverage.
Part D Special Conditions.doc D-3 l l/27/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
I. The contractor shall contractually require each person with whom it contracts to provide services on a
•
project,to:
1. Provide coverage,based on proper reporting on classification codes and payroll amounts and filing of
any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section •
401.011(44)for all of its employees providing services on the project,for the duration of the project;
2. Provide to the Contractor,prior to that person beginning work on the project,a certificate of coverage •
showing that coverage is being provided for all employees of the person providing services on the
project, for the duration of the project;
3. Provide the Contractor,prior to the end of the coverage period,a new certificate of coverage showing
extension of coverage,if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
4. Obtain from each other person with whom it contracts, and provide to the Contractor:
r
a.) A certificate of coverage,prior to the other person beginning work on the project; and
b.) A new certificate of coverage showing extension of coverage,prior to the end ofthe coverage •
period, if the coverage period shown on the current certificate of coverage ends during the
duration of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for one year r
thereafter.
6. Notify the governmental entity in writing by certified mail or personal delivery,within ten(10)days •
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
7. Contractually require each person with whom it contracts,to perform as required by paragraphs(1)-
(7), with the certificates of coverage to be provided to the person for whom they are providing
services. r
8. By signing this contract or providing or causing to be provided a certificate of coverage,the contractor
is representing to the governmental entity that all employees of the contractor who will provide
services on the project will be covered by worker's compensation coverage for the duration of the
project, that the coverage will be based on proper reporting of classification codes and payroll
amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the
case of a self-insured,with the commission's Division of Self-Insurance Regulation. Providing false or
misleading information may subject the contractor to administrative,criminal,civil penalties or other
civil actions.
■
9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor
which entitles the governmental entity to declare the contract void if the contractor does not remedy
the breach within ten days after receipt of notice of breach from the govemmcntal entity. P
J. The contractor shall post a notice on each project site informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify current coverage and
Part D Special Conditions.doc D-4 11/27/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the
Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice
must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall
be in both English and Spanish and any other language common to the worker population. The text for the
notices shall be the following text,without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this construction
project must be covered by workers'compensation insurance. This includes persons providing,hauling,or
delivering equipment or materials, or providing labor or transportation or other service related to the
project,regardless of the identity of their employer or status as an employee."
Call the Texas Worker's Compensation Commission at(512)440-3789 to receive information on the legal
F requirement for coverage,to verify whether your employer has provided the required coverage,or to report
an employer's failure to provide coverage".
D-6 WAGE RATES
The labor classifications and minimum wage rates set forth herein have been predetermined by the City
Council of the City of Fort Worth, Texas, in accordance with statutory requirements,as being the
F prevailing classifications and rates that shall govern on all work performed by the Contractor or any
subcontractor on the site of the project covered by these Contract Documents. This project is also subject
to Federal Wage rates. In no event shall less than the prevailing wage rates,as attached to the end of Part
D,be paid. When two or more wage rate scales are shown and wage rates shown in specific classifications
are in conflict,the higher wage will be used.
' D-7 SUBSTITUTIONS
The specifications for materials set out the minimum standard of quality,which the City believes necessary to
procure a satisfactory project. No substitutions will be permitted until the Contractor has received written
permission of the Engineer to make a substitution for the material,which has been specified. Where the term
"or equal",or"or approved equal"is used,it is understood that if a material,product,or piece of equipment
bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the
purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed
for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed
F substitute. Where the term"or equal",or"or approved equal"is not used in the specifications,this does not
necessarily exclude alternative items or material or equipment which may accomplish the intended purpose.
However,the Contractor shall have the full responsibility of proving that the proposed substitution is,in fact,
equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of
substitutions. The provisions of this sub-section as related to"substitutions"shall be applicable to all sections
of these specifications.
D-8 TIME OF COMPLETION
A. The MFSS shall commence work under the Special Engineering Services Contract on the day
following notice to proceed for the contract and shall meet the completion dates specified in Part G—
Special Engineering Services Contract.
Part D Special Conditions.doc D-5 l 1/27/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. The MFSS shall commence work under the Subcontract Agreement with the General Contractor for
the Project on the day following the execution of the Subcontract Agreement and shall complete work
in accordance with the following schedule:
1. MFSS shall not commence the manufacture of any Goods until the Shop Drawings have been
approved and the GENERAL CONTRACTOR has issued a"Notice to Commence Fabrication."
2. The Goods shall be fabricated and delivered to the Point of Destination in accordance with the
Schedule for Delivery of Goods,to be developed and agreed upon by the OWNER,MFSS,
ENGINEER,and General Contractor for the installation of the Goods prior to the issuance of the
"Notice to Commence Fabrication". The MFSS shall accept a Schedule for Delivery of Goods
that requires the Goods to be fabricated and delivered to the Point of Destination in as few as 200
days after the"Notice to Commence Fabrication"is issued.
3. All Goods shall be fabricated and delivered to the Point of Destination according to the Schedule
for Delivery of Goods. Each shipment of Goods specified in the Schedule of Delivery of Goods
shall be delivered to the Point of Destination within a period of time from between four calendar
days before to four calendar days after the date specified for that shipment within the Schedule for
Delivery of Goods.
4. The MFSS shall be liable for liquidated damages in accordance with Article 21 below for each
shipment of Goods that is not fabricated and delivered to the Point of Destination in accordance
with the Schedule for Delivery of Goods.
C. Liquidated Damages `
1. Should the MFSS fail to complete the Work or portions of the Work under the Special
Engineering Services Contract within the specified time periods,the MFSS will be subject to •
liquidated damages as specified in Part G—Special Engineering Services Contract.
2. Should the MFSS fail to complete the work or portions of the Work under the Subcontract
Agreement with the General Contractor for the Project,within the Schedule for Delivery of Goods
as specified in Article 20 above,thereby causing the General Contractor to be late and having to
pay liquidated damages to the City,the MFSS agrees to pay the Contractor liquidated damages in
the amount of$2,000 for each and every calendar day of delay until the Work is completed.
D-9 INTERPRETATION OF PHRASES
■
Wherever the words"Directed","Required","Permitted","Designated","Considered Necessary",
"Prescribed",or words of like import are used on the Plans or in the Specifications,it shall be understood
that they are intended as Spccifications,it shall be understood that they are intended as prerogative of the
Owner and/or the Engineer; and,-similarly,the words, "Approval", "Acceptable","Satisfactory", or words
of like import,shall mean approval,etc.,by the Owner and/or Engineer.
Wherever in the Specifications or in the Plans for the work the terms or description of various qualities
relative to finish,workmanship,or other qualities of similar kind cannot,because of their nature,be
specifically and briefly described and are customarily described in general terms,the Owner and/or
Engineer shall be final judge as to whether or not the workmanship so described is being performed in
accordance with the intent of the Plans and Specifications the work shall be completed in accordance with
his interpretation of the meaning of such words,terms,or clauses.
Part D Special Conditions.doc D-6 11/27/07
MP City of Fort Worth
Northwest WTP—Membrane Filtration System
D-10 SUBSTANTIAL COMPLETION
Substantial Completion for the Membrane Filtration System shall be defined as such date when the
membrane filtration system has been installed,is completely operational,has successfully passed the -
acceptance test,and the City is obtaining beneficial use of the system by producing potable water that can
be pumped into the City's distribution system.
D-11 FINAL ACCEPTANCE
After construction work is satisfactorily completed,the Owner shall make a final inspection of the project.
The Owner will advise the Contractor if the project has been satisfactorily completed in accordance with
•— the Plans and Specifications and issue a written statement of final acceptance in accordance with Section
C8-8.7 FINAL ACCEPTANCE OF THE GENERAL CONDITIONS. After final acceptance,the MFSS
shall provide a two-year Guaranty in accordance with Section C 3-3.7 BONDS and C8-8.10 GENERAL
GUARANTY,of the General Conditions,commencing the date of final acceptance.
If Final Acceptance is greater than six months after substantial completion as defined in D-10,the two-year
Guaranty shall begin six months after substantial completion.
D-12 INTERPRETATION OF REQUIREMENTS
a. Interpretation:Any question as to interpretation of drawings and specifications or any questions
arising after examination of premises must be referred to the Engineer in writing. No
interpretation nor instructions given verbally by any persons will be considered valid.
b. Lack of Understandins?: Lack of understanding of Drawings and Specifications or failure to secure
information concerning all conditions will not justify any claims,and extra compensation will not
be made simply because of lack of such knowledge.
D-13 AGE
In accordance with the policy("Policy')of the Executive Branch of the Federal Government,Contractor
covenants that neither it nor any of its officers,members,agents,employees,program participants or
—� subcontractors, while engaged in performing this contract, shall,in connection with the employment,
advancement or discharge of employees or in connection with the terms,conditions or privileges of their
employment,discriminate against persons because of their age except on the basis of a bona fide
occupational qualification,retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers,members,agents,employees,subcontractors,
program participants, or persons acting on their behalf,shall specify,in solicitations or advertisements for
employees to work on this contract, a maximum age limit for such employment unless the specified
maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory
requirement.
Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless
against any claims or allegations asserted by third parties or subcontractors against City arising out of
Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy
concerning age discrimination in the performance of this agreement.
Part D Special Conditions.doc D-7 11/27/07
City of Fort Worth
Northwest WTP—Membrane Filtration System
D-14 DISABILITY
In accordance with the provisions of the Americans With Disabilities Act of 1990("ADA"),Contractor
warrants that if any and all of its subcontractors will not unlawfully discriminate on the basis of disability
in the provision of services to the general public,nor in the availability,terms and/or conditions of
employment for applicants for employment with,or employees of Contractor or any of its subcontractors. P'
Contractor warrants it will fully comply with ADA's provision and any other applicable federal,state and
local laws concerning disability and will defend,indemnify and hold City harmless against any claims or
allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its r
subcontractor's alleged failure to comply with the above-referenced law concerning disability
discrimination in the performance of this agreement.
r
D-15 INSURANCE
Property insurance upon the entire work,including materials not in place at the site to the full insurable
value thereof,is required. All Risk Builder's Risk Insurance shall include the interests of the Owner,the
Contractor,Subcontractor and Sub-subcontractors in the work and shall include,but not be limited to,the
perils of fire,lightning,flood,collapse,windstorm,hail,explosion,riot,civil commotion, smoke,aircraft,
land vehicles,vandalism and malicious mischief. The Builder's Risk Insurance shall be endorsed to permit
occupancy prior to completion of construction and prior to acceptance by the Owner. A copy of the
Builder's Risk Policy shall be filed with the Owner and shall include a thirty(30)day notice of
cancellation of policy provision.
D-16 WARRANTY CERTIFICATES
F The Manufacturer shall warrant that all equipment furnished by it hereunder complies in all respects with
the design and specification of this contract and contains no defect of material or workmanship. In the
event of failure of any part or parts of the equipment during the two years of service following final project
completion, due to defects of design,materials,or workmanship,the affected part or parts shall be replaced
promptly upon notice by the Contractor. All replacement parts shall be furnished,delivered and installed
at the expense of the Manufacturer. r
All warranty certificates or manufacturer's guarantees, for equipment purchased by the Contractor shall be
issued in the name of the City of Fort Worth.
D-17 UNDERWRITER'S LABORATORIES LABELING:
All electrical materials and equipment to be installed as part of this project shall bear the label of
Underwriters' Laboratories,Inc. (UL)or other testing laboratory approved by the City of Fort Worth
Electrical Inspection Section. Such labeling shall include electrical equipment provided as part of a
mechanical equipment package, such as pumps,blowers,etc. The label shall be provided prior to the
equipment being shipped to the project site.
END OF SECTION
r
Part D Special Conditions.doc D-8 11/27/07
- PART G
SPECIAL ENGINEERING
SERVICES AGREEMENT
City of Fort Worth
Northwest WTP—Membrane Filtration System
PART G
SPECIAL ENGINEERING SERVICES AGREEMENT
THIS SPECIAL ENGINEERING SERVICES AGREEMENT,hereafter referred to as the"Agreement'
made as of the ZS day of Mv,bm in the year 2005 by and between the City of Fort Worth,
hereinafter called OWNER and with legal address and principal
place of business at oiaGG Nye n PJ,;A 6gs t 41'1 Is.NY, I64hereinafter called MFSS.
OWNER and MFSS in consideration of the mutual covenants hereinafter set forth,agree as follows:
r ARTICLE 1. SPECIAL ENGINEERING SERVICES
1.1 MFSS shall provide Special Engineering Services as specified or indicated in the Contract Documents.
— The Special Engineering Services to be furnished are described in Section 01010, Summary of Work.
1.2 MFSS shall attend progress design meetings as required by OWNER. MFSS shall provide all
_ necessary project documents required by ENGINEER for the successful design of the membrane
system.
ARTICLE 2. THE PROJECT
2.1 The Project for which the Special Engineering Services are to be provided under the Contract
Documents is generally described as follows: The MFSS shall provide project design documentation,
shop drawings, installation manuals, assistance to the ENGINEER in the design of the membrane
system,and shall attend progress design meetings.
— 2.2 The OWNER shall execute the Agreement and administer the Contract for the Special Engineering
Services associated with the preparation of Shop Drawings and other Submittals required for the
Project.
ARTICLE 3. ENGINEER
3.1 The Contract Documents have been prepared by Camp Dresser&McKee Inc.,777 Taylor Street,
Suite 1050,Fort Worth,Texas 76102, who will act as ENGINEER in connection with the furnishing
of Special Engineering Services in accordance with the Contract Documents.
w ARTICCE 4. POINT OF DELIVERY
4.1 The place where the project design documentation and other related documents are to be delivered to
ti the ENGINEER, Camp Dresser&McKee Inc., 777 Taylor Street, Suite 1050,Fort Worth,Texas
76102.
ARTICLE 5. CONTRACT TIMES
5.1 Time of the Essence
a. All time limits for Milestones and the furnishing of Special Engineering Services as stated in the
Contract Documents are of the essence of the Contract,'and accordingly the parties have provided
for liquidated damages in Article 8 of this Agreement.
Part G Special Engineering Services Agreement.doc G-10 Part G—Special Engineering Services Agreement
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
5.2 Days to Achieve Submittal of Shop Drawings and Samples
a. All Shop Drawings and Samples required by the Contract Documents shall be submitted to the
OWNER for ENGINEER's review and approval in accordance with Section 01300 and the
following schedule.
1. The MFSS shall have submitted to the ENGINEER all Shop Drawings associated with the
First Shop Drawing Submittal within 60 calendar days after the Notice of Award.
2. The MFSS shall have submitted to the ENGINEER all Shop Drawings associated with the
Second Shop Drawing Submittal within 90 calendar days after the Notice of Award
b. MFSS will be assessed liquidated damages in accordance with Article 8 for failure to provide the
above Submittals within the specified times.
5.3 Project Milestones for Special Engineering Services
a. The furnishing of Special Engineering Services to the OWNER and ENGINEER will commence
upon the execution of the Agreement between the OWNER and the MFSS. The MFSS shall
provide all Special Engineering Services required by the Contract Documents based upon the
following milestones.
1. Upon execution of the Agreement,the MFSS will begin to provide Special Engineering
Services required for Shop Drawings and Samples.
2. MFSS shall participate in progress design meetings and assist ENGINEER in the design of the
Membrane System.
3. All submittals shall be in accordance with Section 01300, Submittals.
ARTICLE 6.CONTRACT PRICE
6.1 MFSS shall provide Special Engineering Services per the requirements of the Contract Documents
and accept in full payment the Contract Price of fifty thousand dollars($50,000)as specified in Part B
-Proposal.
ARTICLE 7.APPLICATIONS FOR PAYMENT
7.1 Applications for Payment will be processed by OWNER as provided in the Conditions of the Contract
and as modified below. Applications for payment shall be submitted by the MFSS on or before the
last day of each calendar month.
G
�U
Part G Special Engineering Services Agreement.doc G-20 Part G—Special Engineering Services Agreement
'" 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
7.2 Progress Payments
a. OWNER will make progress payments on account of the Contract Price on the basis of MFSS's
Applications for Payment as follows:
1. OWNER shall provide a payment of twenty-five thousand dollars($25,000)for Special
Engineering Services for approval of MFSS's First Shop Drawing Submittal.
2. OWNER shall provide a payment of twenty-five thousand dollars($25,000)for Special
Engineering Services for approval of MFSS's Second Shop Drawing Submittal.
ARTICLE 8. LIQUIDATED DAMAGES
8.1 OWNER and MFSS recognize that time is of the essence of this Agreement and that OWNER will
suffer financial loss if the Work is not completed within the Contract Time specified in Article 5
above,plus any extensions thereof allowed in accordance with the General Conditions. Should MFSS
fail to complete the Work within this time,OWNER may retain liquidated damages in accordance
with this Agreement. Liquidated damages set forth in this Article 8 shall constitute the OWNER's
sole and exclusive remedy for delay by MFSS in achieving any Milestones or dates for the delivery of
Goods or furnishing of Special Services or Engineering. In no event shall MFSS be required to pay
liquidated damages to the extent that the payment of such damages would allow the aggregate of all
such damages paid to exceed the Contract Price. It is understood that the foregoing limitation is a
subset of and not in addition to the limitation of liability set forth in Article 11 of this Agreement.
8.2 Liquidated Damages:
a. MFSS agrees to pay OWNER liquidated damages in the amount of five hundred dollars($500)
per calendar day that expires after the contract times or dates specified for the famishing of
Special Engineering Services in Article 5 of this Agreement.
w b. The liquidated damages are not a penalty but represent the fixed costs associated with OWNER's
administrative fees and costs incurred by the OWNER's inability to place all or portions of this
project into service within the time stipulated in the Agreement. The payment of liquidated
damages shall not,however,prevent the OWNER from pursuing non-monetary remedies for
breach of contract or other claims for breach of contract not relating to failure to achieve final
completion.
c. By execution of this Agreement,the OWNER and MFSS expressly agree that these liquidated
damage amounts are reasonable under the circumstances existing at the time this Agreement is
executed.
ARTICLE 9.ASSURANCE
9.1 MFSS has familiarized itself with the nature and extent of the Contract Documents,Work,locality,
and with all local conditions and Federal, State and local laws,ordinances,rules and regulations that
in any manner may affect cost,progress or performance of the Work.
9.2 MFSS has carefully studied all reports of investigations and tests of subsurface and latent n MUM_
conditions at the site or otherwise affecting cost,progress or performance of the Wo w h�� " -=em
,.� IF,
relied upon by ENGINEER in the preparation of the Contract Documents. ' ' ' - v Ja l
Part G Special Engineering Services Agreement.doc G-30 Part G—Special Engineering Services Agrr emett(
1 1./30/2007—
City of Fort Worth
Northwest WTP—Membrane Filtration System
9.3 MFSS has made or caused to be made examinations, investigations and tests and studies of such
reports and related data in addition to those referred to in the above paragraph as it deems necessary
- for the performance of the Work at the Contract Price within the Contract Time and in accordance
with the other terms and conditions of the Contract Documents; and no additional examinations,
investigations,tests,reports or similar data are or will be required by it for such purposes.
9.4 MFSS has correlated the results of all such observations,examinations, investigations,tests,reports
and data with the terms and conditions of the Contract Documents.
9.5 MFSS has given ENGINEER written notice of any conflict,error or discrepancy that it has discovered
in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to MFSS.
9.6 MFSS agrees that the Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance of the Work.
9.7 During the development of the Contract Documents,the MFSS has provided information and design
concepts for its proprietary membrane system. In providing the information and design concepts for
the Project,the MFSS has considered and incorporated the concept of"linear scalability"into its
design. Linear scalability means that: 1)the MFSS has considered and evaluated the design and
operational requirements and the results of demonstration testing,and 2)that the equipment provided
by the MFSS is warranted to linearly scalable in proportion.
ARTICLE 10.MFSS INSURANCE
10.1 Insurance coverage and limits:
MFSS shall provide to the City certificate(s)of insurance documenting policies of the following
-- coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT:
Commercial General Liability
$1,000,000 each occurrence
$2,000,000 aggregate
Automobile Liability
$1,000,000 each accident on a combined single limit
or
$250,000 Property Damage
$500,000 Bodily Injury per person per occurrence
A commercial business policy shall provide coverage on"Any Auto",defined as autos owned,
hired and non-owned when said vehicle is used in the course of the PROJECT.
Worker's Compensation
Coverage A: Statutory limits
Coverage B: Employer's Liability
$100,000 each accident
$500,000 disease-policy limit " ^1
$100,000 disease-each employee
Part G Special Engineering Services Agreement.doc G-40 Part G—Special Engineering Services Agreement
= 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
Professional Liability
$1,000,000 each claim
$2,000,000 aggregate
Professional liability shall be written on a claims-made basis and shall contain a retroactive date
— prior to the date of the contract or the first date of services to be performed,whichever is earlier.
Coverage shall be maintained for a period of 5 years following the completion of the contract. An
annual certificate of insurance specifically referencing this project shall be submitted to the City
— for each year following completion of the contract.
10.2 Certificates of insurance evidencing that the MFSS has obtained all required insurance shall be
delivered to the CITY prior to MFSS proceeding with the PROJECT.
a. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon,as its interests
may appear. The term CITY shall include its employees,officers,officials,agents,and volunteers as
respects the contracted services.
b. Certificate(s)of insurance shall document that insurance coverage specified in this agreement are
provided under applicable policies documented thereon.
c. Any failure on part of the CITY to request required insurance documentation shall not constitute a
— waiver of the insurance requirements.
d. A minimum of forty-five(45)days notice of cancellation or material change in coverage shall be
provided to the CITY. A ten(10)days notice shall be acceptable in the event of non-payment of
premium. Such terms shall be endorsed onto MFSS's insurance policies. Notice shall be sent to the
Water Director(by name),City of Fort Worth, 1000 Throckmorton,Fort Worth,Texas 76102.
e. Insurers for all policies must be authorized to do business in the State of Texas and have a
minimum rating of A:VII in the current A.M.Best Key Rating Guide or have reasonably
equivalent financial strength and solvency to the satisfaction of Risk Management.
f. Deductible limits,or self insured retentions, affecting insurance required herein shall be acceptable
to the CITY in its sole discretion; and,in lieu of traditional insurance, any alternative coverage
maintained through insurance pools or risk retention groups must be also approved. Dedicated
financial resources or letters of credit may also be acceptable to the City.
g. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as
respects the PROJECT.
h. The City shall be entitled,upon its request and without incurring expense,to review the MFSS's
insurance policies including endorsements thereto and, at the CITY's discretion,the MFSS may be
required to provide proof of insurance premium payments.
i. The Commercial General Liability insurance policy shall have no exclusions by endorsements
unless the CITY approves such exclusions in writing.
j. For all lines of coverage underwritten on a claims-made basis,other than Professional Ciabilil ,
the retroactive date shall be coincident with or prior to the date of the contractual agreement. The
certificate of insurance shall state both the retroactive date and that the coverage is claims-made.
Part G Special Engineering Services Agreement.doc G-50 Part G—Special Engineering Services Agreement
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
k. The CITY shall not be responsible for the direct payment of any insurance premiums required by
this agreement and all insurance required in this section,with the exception of Professional
Liability, shall be written on an occurrence basis.
1. Sub consultants and subcontractors to/of the MFSS shall be required by the MFSS to maintain the
same or reasonably equivalent insurance coverage as required for the MFSS.When sub
consultants/subcontractors maintain insurance coverage,MFSS shall provide CITY with
documentation thereof on a certificate of insurance.
ARTICLE 11.GENERAL LEGAL PROVISIONS
11.1 Authorization to Proceed
MFSS shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed
fi-om the CITY.
11.2 Reuse of Project Documents
All designs,drawings,specifications,documents,and other work products of the MFSS,whether in hard
copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is
completed or not. Reuse,change,or alteration by the CITY or by others acting through or on behalf of the
CITY of any such instruments of service without the written permission of the MFSS will be at the CTTY's
sole risk. The CITY shall own the final designs,drawings,specifications and documents.
11.3 Force Majeure
The MFS S is not responsible for damages or delay in performance caused by acts of God,strikes,lockouts,
accidents,or other events beyond the control of the MFSS.
11.4 Termination
a. This AGREEMENT may be terminated only by the City for convenience on 30 days'written notice.This
AGREEMENT may be terminated by either the CITY or the MFSS for cause if either party fails
substantially to perform through no fault of the other and does not commence correction of such
nonperformance with 5 days of written notice and diligently complete the correction thereafter.
b. If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for
termination expenses as follows:
c. Cost of reproduction of partial or complete studies,plans,specifications or other forms of ENGINEER'S
work product;
d. Out-of--pocket expenses for purchasing storage containers,microfilm,electronic data files,and other data
storage supplies or services;
e. The time requirements for the MFSS 'S personnel to document the work underway at the time the
CTTY'S termination for convenience so that the work effort is suitable for long time storage.
f. Prior to proceeding with termination services,the MFSS will submit to the CITY an itemized statement
Part G Special Engineering Services Agreement.doc G-60 Part G—Special Engineering Services Amen
1/30/200,
City of Fort Worth
Northwest WTP—Membrane Filtration System
of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with
termination services.
11.5 Suspension,Delay,or Interruption to Work
The CITY may suspend,delay,or interrupt the services of the MFSS for the convenience of the CITY. In
the event of such suspension,delay,or interruption,an equitable adjustment in the PROJECT's schedule,
commitment and cost of the MFSS's personnel and subcontractors,and ENGINEER's compensation will be
- made.
11.6 Indemnification
a. The MFSS agrees to indemnify and defend the CITY from any loss,cost,or expense claimed by third
parties for property damage and bodily injury,including death,caused solely by the negligence or willful
misconduct of the MFSS,its employees,officers,and subcontractors in connection with the PROJECT.
b. If the negligence or willful misconduct of both the MFSS and the CITY(or a person identified above for
v whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared
between the MFSS and the CITY in proportion to their relative degrees of negligence or willful
misconduct as determined pursuant to T.C.P.&R.Code,section 33.011(4)(Vernon Supplement 1996).
11.6 Assignment
Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other
party.
11.7 Interpretation
Limitations on liability and indemnities in this AGREEMENT are business understandings between the
parties and shall apply to all the different theories of recovery,including breach of contract or warranty,tort
including negligence,strict or statutory liability,or any other cause of action,except for willful misconduct
or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the
CITY and the MFSS,and their officers,employees,agents,and subcontractors.
11.8 Jurisdiction
., The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and
performance,and any other claims related to it. The venue for any litigation related to this AGREEMENT
shall be Tarrant County,Texas.
11.9 Alternate Dispute Resolution
a. All claims, disputes, and other matters in question between the CITY and MFSS arising out of, or in
connection with this Agreement or the PROJECT,or any breach of any obligation or duty of CITY or
MUSS hereunder,will be submitted to mediation.If mediation is unsuccessful,the claim,dispute or other
matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount
of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses.
Arbitration shall be in accordance with the Construction Industry Arb' Rules of the American
Arbitration Association or other applicable rules of the Association ther in effect. Any award re dered
by the arbitrators less than $50,000, exclusive of attorney's fees, co s and expenses, will bi final,
A
Part G Special Engineering Services Agreement.doc G-70 Part G—Special Engineering Sery 9gs Agreement
1 1/30/2007
City of Fort Wonh
+. Northwest%VTP-Membrane Filtration System
judgment may be entered thereon in any court having jurisdiction,and will not be subject to appeal or
modification except to the extent pertrtitted by Sections 10 and l 1 of the Federal Arbitration Act(9
U.S.C.Sections 10 and 11).
b. Any award greater than$50,000,exclusive of aitotmcys foes,costs and expenses,may be litigated by
either party on a de novo basis. The award shall become final ninety(90)days from the date some is
issued If litigation is filed by either parry within said ninety(90)day period,the award shall become null
and void and shall not be used by either party for any purpose in the litigation.
11.10 Scvcrability and Survival
If any of the provisions oontaincd in this AGREEMENT are held for any reason to be invalid,illegal,or
unenforceable in any respect,such invalidity, illegality, or unenforccability will not affect any other
provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable
provision had never been contained herein. Articles V.F.,Vl.B., VI.D.,VI.H., VLL,and VI.J. shall
survive tarnination of this AGREEMENT for any cause.
11.11 Observe and Comply
MFSS shall at all times observe and comply with all federal and State laws m W regulations and with
all City ordinances and regulations which in any way affect this AGREEMENT and the work
hereunder,and shall observe and comply with all orders,laws ordinances and regulations which may
exist or may be cnactcd later by governing bodies having jurisdiction or authority for such enactment.
No plea of misunderstanding or ignorance thereof shall be considered.MFSS agrees to defend,
indemnify and hold harmless CITY and all of its officers,agents and employees from and against all
claims or liability arising out of the violation of any such order,law,ordinance,or regulation,whether
it be by itself or its employee&
ARTICLE 12, MISCELLANEOUS
12.1 Term used in this Agreement shall have the meanings assigned in Pail G-General Conditions.
12.2 Successors and Assigns
a. The OWNER and MFSS each binds itself,its partners,successors,assigns and legal
representatives to the other party hereto,its partners,successors,assigns and legal representatives
in respect to all covenants,agreements and obligations contained in the Contract Documents.
12.3 Venue
a. The laws of the State of Texas shall govern the formation,interpretation,and performance of this
Agreement. Venue for actions arising out of this Agreement shall be in Texas.
12A MFSS'sTotal Limitation of Liability.
— AAB
5tt M a. Notwithstanding any other provision of this Agreement,the MFSS's total liability shall not exceed
1.5 times the amotmt of the Total Contract Price of this Agreement.
u
Il����J
Part G Special Engineering Services Agreernentdoc 0-8 Part G-Special Engineering Ser4iitea t 'I'
4r7 008
City of Fort Worth
Northwest WTP—Membrane Filtration System
This AGREEMENT,including the referenced specifications and documents provided within this
Specifications manual,constitutes the entire AGREEMENT,supersedes all prior written or oral
understandings,and may only be changed by a written amendment executed by both parties. The following
attachments and schedules are hereby made a part of this AGREEMENT:
Executed this the 25' day of Mvi, 52008.
ATTEST: CITY OF FORT WORTH
Marty endrix :Fe.rnckn& Coa -eL
City Secretary Assistant City Manager
APPROVAL RECOMMENDED
Contract >>uthorizatioz
_ S.Frank Crumb,Director
Date Water Department
APPROVED AS ORMZ
Amy J.RYmsey
Assistant City orn y
Membrane Filtration Syst plier(MFSS)
By
e
evens
END OF SECTION _
Part G Special Engineering Services Agreement.doc G-90 Part G—Special Engineering Services Agr"ent
— 11/30/20
MARSH CERTIFICATE OF INSURANCE CERTIFICATE NUMBER
NYC-002841075-01
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
Marsh USA,Inc. NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE
1166 Avenue of the Americas POLICY,THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE
New York,NY 10036 AFFORDED BY THE POLICIES DESCRIBED HEREIN.
Attn:NewYork.certs@Marsh.com Fax 212-948-0500 COMPANIES AFFORDING COVERAGE
COMPANY
5930-ALL-PROD-07-08 A TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA
INSURED COMPANY
Pall Corporation B THE CHARTER OAK FIRE INSURANCE COMPANY
2200 Northem Blvd.
East Hills,NY 11548 COMPANY
C N/A
COMPANY
D NOETIC SPECIALTY INSURANCE CO.
COVERA098 This certificate supersedes and replaces any previously issued Certificate for the policy period noted below. 1
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,CONDITIONS AND EXCLUSIONS OF SUCH POLICIES.AGGREGATE
LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR DATE(MM/DDIYY) DATE(MMIDD/YY)
A GENERAL LIABILITY TC2J GLSA 2396A41-1-07 08/01/07 08/01/08 GENERAL AGGREGATE $ 4,000,000
X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ EXCLUDED
CLAIMS MADE Fx—]OCCUR PERSONAL&ADV INJURY $ 2,000,000
OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 2,000,000
FIRE DAMAGE(Anyone fire) $ 1,000,000
MED EXP(Any oneperson) $ 10,t)00
A AUTOMOBILE LIABILITY TC2J CAP 251T111-0-07 08/01/07 08/01/08
COMBINED SINGLE LIMIT $ 2,000,000
X ANY AUTO
X ALL OWNED AUTOS BODILYINJURY
X (Per Person) $ N/A
SCHEDULED AUTOS
X HIRED AUTOS BODILY INJURY $ N/A
X NON-OWNED AUTOS (Per accident)
X hysical Damage Self-Insured PROPERTY DAMAGE $ N/A
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN AUTO ONLY: _
EACH ACCIDENT $
AGGREGATE $
EXCESS LIABILITY EACH OCCURRENCE $
UMBRELLA FORM AGGREGATE $
OTHER THAN UMBRELLA FORM $
B WORKERS COMPENSATION AND TC20 UB 251T107-8-07 08/01/07 08/01/08 X W TA - H
TORY LIMITS ER
EMPLOYERS'LIABILITY
A TRJ UB 251T105-4-07 08/01/07 08/01/08 EL EACH ACCIDENT $ �1,000,000
THE PROPRIETOR/ X INCL EL DISEASE-PCL:CY LIMIT $ 1,000,000
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL EL DISEASE-EACH EMPLOYEE $ 1,000,000
ER
D PRODUCTS LIABILITY N07NY380010 08/01/07 08/01/08 EACH OCCURRENCE 2,000,000
CLAIMS MADE POLICY AGGREGATE 4,000,000
SIR 250,000
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS
CITY OF FORT WORTH,CAMP DRESSER&MCKEE INC.AND BLACK AND VEATCH AS THEIR INTEREST MAY APPEAR ARE INCLUDED AS
ADDITIONAL INSUREDS(EXCEPT FOR WORKERS COMPENSATION)WHERE REQUIRED BY WRITTEN CONTRACT AND ALLOWED BY LAW.
'CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,
THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL_30 DAYS WRITTEN NOTICE TO THE
CAMP DRESSER&MCKEE INC. CERTIFICATE HOLDER NAMED HEREIN,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
ATTN:DANNY SHANNON PE
TAYLOR ST,SUITE 1050 LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE,ITS AGENTS OR REPRESENTATIVES,OR THE
FORT WORTH,TX 76102 ISSUER OF THIS CERTIFICATE.
AUTHORIZED REPRESENTATIVE
Marsh USA Inc. `
BY: James Sallada
MM1(3/02) VALID AS OF:04/21/08
City of Fort Worth
AN
Northwest WTP—Membrane Filtration System
w
w
THIS PAGE INTENTIONALLY LEFT BLANK
Part G Special Engineering Services Agreement.doc G-10 Part G—Special Engineering Services Agreement
11/30/2007
h
H
I NOISIAIQ
r
r
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01010
SUMMARY OF WORK
PART 1 GENERAL
1.01 DESCRIPTION OF WORK
A. The membrane filtration system work specified in these documents will be included as part of the
City of Fort Worth Northwest Water Treatment Plant(WTP)project. The Northwest WTP will
located at 12200 Old Weatherford Road, Fort Worth,Texas 76108.
B. The summary of work described herein is an overall summary of the responsibilities of the
Membrane Filtration System Supplier(MFSS)and its relation to OWNER, ENGINEER and the
General Contractor.
C. Project Background
1. The Goods and Special Services furnished under Special Engineering Services Agreement
with the OWNER and the Subcontract Agreement with the General Contractor consist of
designing Goods to be provided by the MFSS, submittal of shop drawings and samples,
general arrangement drawings of membrane units and associated equipment, installation
manuals,project coordination with OWNER, ENGINEER and General Contractor,
including participation in progress design and construction meetings, furnishing membrane
filtration equipment and appurtenances required for the Northwest WTP Membrane
Filtration System. The Goods and Special Services also consist of furnishing manufacturer
trained personnel for the initial installation,training,operation and maintenance manuals,
start-up, commissioning, demonstration testing and acceptance testing as specified.
2. OWNER is implementing a new 35 MGD water treatment plant facility that will be
constructed in phases. The initial phase of construction will include a 15 MGD membrane
filtration system. The system will be designed for future expansion to 35 MGD by modular
expansion with membranes. The membrane filtration system will be implemented in the
i following phases: pre-selection of MFSS, inclusion of MFSS scope and bid price as part of
the contract documents for the Northwest WTP construction contract, development of a
subcontract agreement between the MFSS and General Contractor,and installation of
membrane filtration equipment by the General Contractor. After the pre-selection of the
MFSS, ENGINEER will develop project documents for the construction of the membrane
filtration system based upon the selected MFSS. These documents will be included as part
of the overall project documents for the Northwest WTP.
3. The MFSS shall coordinate the design of the integrity test system with the Texas
Commission on Environmental Quality(TCEQ)and shall modify the test system to meet
the requirements of the TCEQ and the upcoming USEPA Long-Term 2 Enhanced Surface
Water Treatment Rule. The design of the MFSS system shall provide for three membrane
integrity tests per Cell per day while still meeting all system performance requirements.
D. Goods and Services to be provided by the MFSS under the Special Engineering Services
Agreement with the OWNER and Subcontract Agreement with the General Contractor include:
., 01010.doc 01010-1 Section 01010—Summary of Work
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1. Design of the Goods provided by the MFSS as specified in Divisions 1 through 16;
2. Submittal of Shop Drawings and Samples,as required by Divisions 1 through 16;
3. Submittal of general arrangement drawings of membrane filtration system,process trains
and equipment; —
5. Submittal of installation manuals;
6. Participate in meetings and assist the OWNER and ENGINEER during the design. MFSS
shall attend up to 10 design meetings located at either the City of Fort Worth offices or the
office of the ENGINEER, as required by ENGINEER.
7. Participation in meetings and assist OWNER and ENGINEER during the construction,
commissioning and acceptance testing of the Goods, per the requirements of Division 1 of _
these Contract Documents;
8. Operational and Maintenance Manuals for all equipment provided;
9. Scheduling of equipment delivery,witnessing unloading and unpacking of MFSS supplied
equipment,and inspection/inventory of equipment to;
10. Equipment and services for Acceptance Testing;
11. Training of General Contractor for the installation of the membrane filtration system;
12. Review of equipment installation;
13. Calibration of MFSS supplied instrumentation; -
14. Commissioning of the Goods;
15. Acceptance Testing;
16. Operator Training; and
17. Warranties and Bonds.
1.02 WORK BY OTHERS
A. ENGINEER's Responsibilities _
1. Facility Design:
a. Overall facility design;
b. Review of the Goods provided by the MFSS to determine compliance with the
requirements of the Contract Documents;
C. Design and specification of yard piping(membrane influent,membrane effluent,
recycle, drains);
O1010.doc 01010-2 Section 01010—Summary of Work
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
d. Design of water piping/valves from entry to membrane system feed header;
e. Design of filtered water piping and valves from membrane filtration system outlet to
filtered water storage;
f. Design of electrical motor control centers(MCCs),VFDs, and conduit not provided
by MFSS;
g. Design of facilities, platforms, walkways,HVAC, plumbing,etc;
h. Preparation of Bidding Documents for General Contractor.
2. Project Responsibility
_ a. Review and approval of Shop Drawing submittals;
b. Review of applicable building codes;
= c. Assist OWNER to obtain and modify operation and discharge permits;
d. Periodic observation of MFSS activities;
e. Periodic observation of the General Contractor and General Contractor activities;and
.. f. Periodic observation during installation,commissioning and Acceptance Testing.
B. General Contractor's Responsibilities
1. Construction of buildings and facilities to house the membrane filtration system;
2. Unloading and storage of all equipment at the Point of Delivery;
3. Installation of all membrane filtration equipment provided by the MFSS;
4. Submittal,purchase, and installation of other equipment specified by ENGINEER;
5. Installation of yard piping;
6. Installation of interconnecting piping between membrane filtration units;
7. Installation of CIP system, backwash system,compressed air system,and interconnecting
pipe work and appurtenances;
8. Installation of electrical systems and operator interfaces;and
9. Corrective assistance during demonstration,field,and Acceptance Testing of the Membrane
Filtration Equipment.
C. OWNER's Responsibilities
1. Construction Observation through OWNER's onsite Construction Manager
01010.doc 01010-3 Section 01010—Summary of Work
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
a. Observation of MFSS activities;
b. Observation of the General Contractor and General Contractor activities;and
c. Observation during installation,commissioning and acceptance testing.
2. Provision of operators and supervisors for training;
3. Obtaining of permits as required; —
4. Operation of the treatment facilities in accordance with MFSS's and ENGINEERs
recommendations during the correction period;and _
5. Payment of interested parties.
PART 2 PRODUCTS(NOT USED)
PART 3 EXECUTION(NOT USED)
END OF SECTION
01010.doc 01010-4 Section 01010—Summary of Work
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01136
-- GENERAL EQUIPMENT REQUIREMENTS
PART1 GENERAL
1.01 PRIORITY OF OTHER SECTIONS
s
A. Where there is a conflict between this Section and other individual Technical Specifications
(Divisions 1-15),the latter shall govern.
B. See individual Sections for additional information.
1.02 ALTITUDE AND ENVIRONMENTAL CONDITIONS
A. Unless otherwise noted: Pumps,electric motors, compressors,and similar equipment and all
outdoor equipment shall be designed,or modified,to operate satisfactorily for the following
- conditions:
1. Altitude: Approximately 870 feet above Mean Sea Level.
2. The system shall be suitable for installation in an industrial indoor environment maintained
between 50 degrees F and 93 degrees F.
3. Outside ambient air conditions:
a. Summer temperature(max): 110 degrees F.
b. Summer relative humidity: 100 percent.
c. Winter temperature(min): 10 degrees F.
_ d. Winter relative humidity: 0 percent.
1.03 WATER QUALITY CRITERIA
A. Unless other noted,all equipment with cooling water requirements shall be designed to operate
satisfactorily for the following water quality criteria:
1. Turbidity: maximum of 1 ntu under normal operating conditions with maximum spikes of 3
ntu
J` 2. Hardness: up to 200 mg/L as CaCO3
3. Chlorides: up to 80 mg/L
4. pH: 6.0to9.5
5. Water Temperature: 32°F to 90°F
01136.doc 01136-1 Section 01136—General Equipment Requirements
` 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.04 QUALIFICATIONS/QUALITY CONTROL
A. All equipment furnished shall consist of standard equipment of proven ability, modified as
required for the requirements of these Contract Documents.
B. All suppliers shall be fully experienced,reputable,qualified,and regularly engaged in the
manufacturing of the equipment to be furnished.
C. All equipment shall be designed and fabricated in accordance with best practices and methods -
and shall operate satisfactorily as determined by ENGINEER when installed as specified.
D. The MFSS shall have the sole responsibility for proper functioning of the equipment.
1.05 SPECIAL TOOLS AND SPARE PARTS
A. Refer to Section 01750 for spare parts -
B. Special Tools:
1. All special tools required for the normal operation and maintenance of equipment for the
membrane filtration system shall be furnished by the MFSS. This includes special tools,
instruments, accessories required for proper"in-plant"adjustment,maintenance,overhaul, w
and operation. Tools shall be high-grade, smooth, forged,alloy tool steel.
2. The MFSS shall furnish to ENGINEER and OWNER a list of all special tools,the `
equipment they are associated with,the name and address of the supplier,and the delivered
cost of each item.
3. Special tools shall be new and shall not be utilized by the MFSS.
PART 2 PRODUCTS -
2.01 SHAFT COUPLINGS
A. General
1. Shaft couplings for direct connected electric motor driven equipment 1/2 horsepower or
larger shall be type I or type 11 as specified herein. Where requirements of the equipment
dictate specialized features,the manufacturer may substitute the coupling normally supplied
for the service. All couplings shall be non-lubricated type,designed for not less than 50,000
hours of operating life.
2. Coupling sizes shall be as recommended by the manufacturer for the specific application,
considering horsepower, speed of rotation,and type of service. The use of couplings as
specified herein shall not relieve the MFSS of its responsibility for precision alignment of
all driver-driven units as specified by the equipment manufacturer.
01136.doc 01136-2 Section 01136—General Equipment Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. Type I Couplings
l. Positive displacement pump applications with high torque loads and reversing equipment or
equipment where sudden torque reversals may be expected shall be connected to their
drivers by flexible couplings which can accommodate angular misalignment,parallel
misalignment, and end float,and which cushions shock loads and dampens torsional
vibrations. The flexible member shall consist of a built-up elastic member comprised of
synthetic rubber,duct wire reinforcement with synthetic tension members bonded together
in rubber. The flexible member shall be attached to flanges by means of clamping rings and
cap screws, and the flanges shall be attached to the stub fit. There shall be no
metal-to-metal contact between the driver and driven unit.
C. Type II Couplings
_ 1. Type II couplings shall be employed on normal torque, non-reversing applications. Type II
couplings shall be of the pin and preloaded neoprene cylinder type,designed to
accommodate shock loading,vibration and shaft misalignment or offset. Stub shafts shall
be connected through collars or round flanges firmly keyed to their shafts,to neoprene
cylinders held to individual flanges by through pins. Couplings with cylinders pinned to
both coupling flanges will not be acceptable.
2.02 GUARDS
A. All 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.
B. 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
lubricating fittings.
2.03 NAMEPLATES
A. All equipment shall have nameplates.
B. Equipment nameplates shall be engraved or stamped on stainless steel and fastened to the
equipment(except piping)in an accessible location with oval head stainless steel screws or drive
pins.
C. Nameplates shall at a minimum contain manufacturers name and address;year of manufacturer;
serial number;model or type designation; principal rated capacities; electrical or other power
characteristics;and other applicable information as acceptable to ENGINEER.
2.04 BEARINGS AND LUBRICATION FITTINGS
A. Unless otherwise specified all equipment bearings shall be oil or grease lubricated,ball or roller
antifriction type of standard manufacturer. Bearings shall be conservatively designed to
withstand all stresses of the service specified and shall be selected on the basis of a 60 degree C
ambient temperature. Each bearing except when otherwise noted, shall be rated in accordance
with the latest revisions of AFBMA Methods of Evaluating Load Ratings of Ball and Roller
01 136.doc 01136-3 Section 01136—General Equipment Requirements
-` 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
Bearings for one of the following classes of B-10 rating life: Class M1, 8,000 hours of
operation; Class M2,20,000 hours of operation;Class M3, 50,000 hours of operation;Class M4,
100,000 hours of operation and Class M5,200,000 hours of operation.
B. Unless otherwise noted,all process-associated equipment, including motors,drivers,and driven
units shall have, as a minimum, bearings for Class M3 life. See also Section 01171 or 01175 for
additional requirements for motor bearings.
C. All 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 designed for use
with quick hydraulic couplings attached to grease guns. All equipment shall be equipped with an
identical type of pressure grease fittings,Alemite,Zerk,or equal.
D. Oil lubricated bearings shall be equipped with either a pressure lubricating system or a separate
oil reservoir type system. Each oil lubrication system shall be of sufficient size to safely absorb
the heat energy normally generated in the bearing under a maximum ambient temperature of 60
degree C and shall be equipped with a filler pipe and an external level indicator gauge.
E. To avoid work hardening or"brinelling"damage from vibration,bearings shall be removed and
shipped separately,or rotating parts of machinery shall be locked in place to prevent movement
during transport.
2.05 ELECTRICAL DEVICES FURNISHED WITH MECHANICAL EQUIPMENT
A. It is the responsibility of this specification section to provide all electrical, instrumentation,and
control hardware that is required for complete system operation.
B. All equipment shall be NEMA rated.
C. The systems governed by this Section shall contain control panels which include instrumentation —
and control equipment furnished by the mechanical system supplier. In some instances the
panels,along with instruments,motors,and connecting wiring,are completely mounted on the
units furnished. In other cases,the panels are furnished separately for floor or wall mounting. _
All panels and equipment requiring field interconnection wiring shall be provided with terminal
connections which are clearly marked. The mechanical system supplier shall furnish a complete
field wiring diagram showing all required interconnections labeled consistently with the terminal _
markings. It shall be the responsibility of the mechanical system supplier(in developing the
interconnection and riser wiring diagrams)to confirm compatibility of devices furnished with the
system and with devices in other systems.
D. Unless otherwise specified,all electrical power,control, or instrumentation devices and
construction furnished as a"package"with mechanical equipment shall conform to the latest
issue of and addenda to the Electrical Standard for Industrial Machinery 1985 (ANSI NFPA 79)
or as modified herein.
E. Separate power,control and instrumentation terminal strips shall be provided for all external {
panel connections. All terminal points shall have identification numbers as acceptable to
ENGINEER. For the purposes of this Section,the following definitions shall apply: power=
01136.doc 01136-4 Section 01136—General Equipment Requirements
11/30/2007
City of Fort.Worth
Northwest WTP—Membrane Filtration System
480 volts or 120 volts(in excess of 15 amps);control= 120 volts(less than 15 amps);
instrumentation=4-20 ma or miscellaneous low voltage signals(24 VDC,etc).
F. All panels housing electrical equipment shall be designed for front access only unless otherwise
noted.
G. Conductors extending beyond a panel to other auxiliary equipment which is prewired on a skid
type or package base shall be protected by galvanized rigid steel conduit. Where terminating at a
motor or other similar device requiring frequent movement or which produces excessive
vibration, liquid tight type flexible conduit shall be used. Liquid-tight conduit will be limited to
three feet maximum length at any termination.
H. Gasketed type conduit hubs will be used for all conduit penetrations of the panel.
= I. The main panel power disconnect handle shall be externally mounted(operable with the
enclosure door closed)and padlockable in the off position. A main panel power disconnect
device shall be an integral part of the panel and shall be one of the following types:
1. A horsepower rated heavy duty fusable safety switch or thermal magnetic circuit breaker for
480 volt, 1 phase or 3 phase panels.
2. A heavy duty fusable safety switch,circuit breaker or fractional horsepower manual motor
starter switch without overloads for 120 volt, l phase panels.
J. Unless otherwise noted,all panels supplied with a 480 volt power feeder shall be provided with
an integrally mounted dual winding 120 volt power or control power transformers with KVA as
required. Control power transformers shall have primary and secondary fusing. Power
transformers shall have circuit breaker primary and secondary protection. All transformers shall
have the neutral grounded.
r K. Starters incorporated into panels shall be of the combination circuit breaker type with thermal
type overload relays in each ungrounded conductor. Overloads shall be adjustable for either
manual or automatic reset.
L. All wiring shall be copper conductors with NEC insulation designation of MTW or THWN. All
wiring, shall be neatly bundled,with continuous color coding and proper identification tagging to
coordinate with the schematics.
M. All devices shall be of a heavy duty industrial type quality. Devices mounted in panel interiors
shall be suitable for use in non ventilated panels subjected to a 40 degree C ambient without
R de-rating the system.
N. Schematic(elementary)diagrams,wiring(interconnection)diagrams, riser(interconnection with
external components)diagrams,panel interior and exterior elevation drawings and equipment
lists shall be furnished for all panels. For panels containing a complex control scheme, a written
operational theory shall be cross referenced to the schematic diagram. The wiring diagram in its
"as-built" form shall be fastened to the panel door. The equipment list shall identify the
manufacturer,manufacturer's part or model number and a cross reference as to its location in the
panel. Nameplates shall be attached to the front of the panels to indicate device functions,
names,etc.
01136.doc 01136-5 Section 01136—General Equipment Requirements
"` 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
O. Contacts for external alarms or equipment interlocking shall be of the isolated contact type and
provided as required per individual equipment specifications Contacts shall be rated at 10 amps
continuous pilot duty. Unless noted otherwise,alarm contacts shall be of the maintained contact
type requiring manual reset at the control panel via a suitably labeled reset pushbutton.
P. Input or output instrumentation level signals shall in general be 4-20 ma and provided as
required per the Specifications.
Q. Auxiliary devices(solenoid valves,pressure switches, flow switches,etc.) located remotely from
panels but furnished with the equipment shall have enclosures in conformance with the area
classification
R. Unless otherwise noted control panels furnished under this section shall contain door mounted
control pushbuttons, selector switches,push-to-test red-run-lights,etc.,as required for proper
system operation,control,and monitoring. This equipment shall be mounted on the door of the
control panel and comply with the panel NEMA requirements.
S. The electrical short circuit interrupting rating of the starters and circuit breakers supplied shall be _
a minimum of 65,000 Amperes for 480 Volt circuits and 22,000 Amperes for 120 Volt circuits
and shall be a UL recognized as a series rated device for use with the feeder breaker furnished
under the installation contract
T. Panels containing low voltage(less than 120 VAC or DC)digital or 4-20 ma analog control
devices and circuits or PLC components shall have physical separation from 480 volt power
devices within the panel. `
2.06 LUBRICANTS AND FUEL
A. The MFSS shall provide all mechanical equipment with a sufficient supply of correct lubricants
and fuel for starting,testing,the initial 30-day operation period,and one year's supply of
lubricants under normal operating conditions. All lubricants and fuel shall be of types
recommended by the applicable equipment manufacturer. The equipment's manufacturer shall
limit lubricants to the least number or types required for normal maintenance of all equipment.
2.07 LIFTING LUGS
A. Lifting lugs or lifting eye bolts shall be provided for all equipment or any component weighing ..
100 pounds or more,except for headers and valves,for setting of units or future removal. They
shall be galvanized or zinc plated steel.
2.08 VIBRATION
A. Except as subsequently modified for particular cases by these Specifications,all rotating/moving,
mechanical equipment shall not exhibit unfiltered readings in excess of the following amplitudes:
01136.doc 01136-6 Section 01 136—General Equipment Requirements
11/30/2007 !
City of Fort Worth
Northwest WTP—Membrane Filtration System
Speed Range Antifriction Bearings a Sleeve Bearings b
900 rpm and below 3.0 mils 3.5 mils
901-1800 rpm 2.2 3.0
1801-3000 rpm 1.3 2.5
3001-4500 rpm 1.0 2.0
4501 and above 0.5 1.6
a Measured on bearing housing in vertical axial and horizontal direction.
b Relative shaft-to-casting motions for both rigid mounted and isolator mounted equipment.
B. Axial shaft vibration displacements(relative to casing)shall not exceed 50 percent of the
maximum lateral shaft vibration displacements(relative to casing existing at any point along the
shaft).
ri C. The above vibration responses are to include the range from 5.0 Hz to 5000 Hz and shall
therefore encompass both low and high frequency responses of the subject equipment. The
measurements shall be obtained with the equipment installed and operating at any capacity
within the specified operating range. In addition to these maximum unfiltered readings, it is also
required that no narrow band spectral acceleration component,whether subrotational, higher
harmonic or asynchrous multiple of running speed, shall exceed 40 percent of the synchronous
displacement amplitude component without manufacturer's detailed verification of the origin and
ultimate effect of said excitation.
` D. A field vibration test will be required of all rotating or reciprocating machinery. This test will be
provided by the General Contractor and overseen by the MFSS. Test personnel shall be
experienced in vibration testing and all testing shall be witnessed by ENGINEER.
2.09 NOISE REQUIREMENTS
A. All equipment to be furnished by MFSS under this contract, unless specified otherwise in the
technical specifications, shall be designed to insure that the sound pressure level does not exceed
85 decibels over a frequency range of 37.8 to 9600 cycles per second at a distance of three feet
from any portion of the equipment, under any load condition,when tested using standard
equipment and methods. Noise levels shall include the noise from the motor. Mufflers or
external baffles shall not be acceptable for the purpose of reducing noise. Sound attenuating
4 enclosures are an acceptable means of meeting noise requirements. Data on noise levels shall be
included with the shop drawing submittal.
2.10 PROTECTION AGAINST ELECTROLYSIS
A. Where dissimilar metals are used in conjunction with each other, suitable insulation as
acceptable to ENGINEER shall be provided between adjoining surfaces so as to eliminate direct
contact and any resultant electrolysis. The insulation shall be bituminous impregnated felt, heavy
bituminous coatings, nonmetallic separators or washers, or other acceptable materials.
END OF SECTION
01136.doc 01136-7 Section 01136—General Equipment Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
,.4
i
THIS PAGE INTENTIONALLY LEFT BLANK
01136.doc 01136-8 Section 01136—General Equipment Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01171
ELECTRIC MOTORS
- PART1 GENERAL
1.01 SCOPE OF WORK
A. Motors, up to 200 Hp, furnished under other Sections, shall be in conformance with the
requirements listed in this Section unless otherwise noted.
V B. Motors connected to Variable Frequency Drive Controllers shall be inverter duty rated.
1.02 SUBMITTALS
A. Submittal of motor data for acceptance shall include complete nameplate data and test
characteristics in accordance with NEMA Standard MG1-12.54 "Report of Test Form for
ti Routine Tests on Induction Motors"and, in addition,the following for motors typical of the units
furnished:
-' 1. Efficiency at 1/2, 3/4 and full load
2. Power factor at 1/2, 3/4 and full load
3. Motor outline,dimensions and weight
- 4. Descriptive bulletins, including full description of insulation system
5. Bearing design data
6. Special features(i.e., space heaters,temperature detectors,etc.)
1.03 REFERENCE STANDARDS
A. Institute of Electrical and Electronics Engineers(IEEE)
B. National Electrical Manufacturers Association(NEMA)
C. Where reference is made to one of the above standards,the revision in effect at the time of bid
+ opening shall apply.
1.04 QUALITY ASSURANCE
A. Routine tests shall be performed on representative motors, and shall include the information
described on NEMA MG1-12.54 "Report of Test Form for Routine Tests on Induction Motors".
Efficiency shall be determined in accordance with IEEE Publication No. 112, Method B. Power
factor shall be measured on representative motors.
01171.doc 01171-1 Section 0 1171—Electric Motors
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.05 SYSTEM DESCRIPTION
A. Motors specified herein are three phase, squirrel cage induction type for 1/2 Hp and above; single
phase for less than 1/2 Hp;or DC motors.
PART 2 PRODUCTS
2.01 RATING
A. Each motor shall develop ample torque for its required service throughout its acceleration range
at a voltage 10 percent below nameplate rating. Where shown on the Electrical Drawings to be
operated on a reduced voltage starter,the motor shall develop ample torque under the conditions _
imposed by the reduced voltage starting method.
B. The motor shall not be required to deliver more than its rated nameplate horsepower,at unity i
(1.0)service factor, under any condition of mechanical or hydraulic loading.
C. All motors shall be continuous time rated suitable for operation in a 40 degrees C ambient unless
noted otherwise. T
D. Specific motor data such as Hp, rpm,enclosure type,etc, is specified under the detailed
specification for the equipment with which the motor is supplied. `
2.02 ENCLOSURE TYPES
A. Motors specified herein shall conform to one of the following standard enclosure designs:
1. Totally Enclosed Fan Cooled(TEFC) -
2. Severe Duty
2.03 NAMEPLATES
A. 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 MGI-10.38 or MGI-20.60,
as applicable. r
2.04 CONDENSATION HEATERS
A. Condensation heaters shall be provided for all motors. The heaters shall be of the cartridge or T
flexible wrap around type installed within the motor enclosure adjacent to core iron. Heaters
shall be rated for 120 Volt, 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 00
at the motor lead junction box.
2.05 WINDING TEMPERATURE DETECTORS `
A. Winding temperature detectors,where specified under the detailed mechanical specifications for
individual equipment shall be a factory installed,embedded, bi-metallic switch type with leads
01171.doc 01171-2 Section 01171—Electric Motors
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
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 closed
contacts. Not less than three detectors shall be furnished with each motor.
B. All Motors connected to variable frequency drives shall be equipped with winding temperature
detectors.
2.06 SINGLE PHASE MOTORS
A. Unless otherwise specified,motors smaller than 1/2 Hp shall be single phase,capacitor start.
_. Small fan motors may be split-phase or shaded pole type if such are standard for the equipment.
Wound rotor or commutator type single-phase motors are not acceptable unless their specific
characteristics are necessary for the application.
B. Motors shall be rated for operation at 115 Volts, single phase, 60 Hz.
C. Locked rotor current shall not be greater than specified in NEMA Standard MGI-12.32, Design
r "N„
D. Motors shall be totally-enclosed in conformance with NEMA Standard MGI-10.35. Small fan
motors may be open type if suitably protected from moisture,dripping water and lint
accumulation.
E. Motors shall be provided with sealed ball bearings lubricated for 10 years normal use.
2.07 THREE PHASE MOTORS-FRAMES 143T THROUGH 449T
A. General
1. Unless otherwise specified,motors 1/2 Hp and larger shall be 3 Phase, squirrel cage
induction type.
2. All motors 3/4 Hp and larger shall be a NEMA frame 143T or larger. 1/2 Hp motors and
3/4 Hp motors rated 1800 and 3600 rpm, shall be a 56 frame. Motors shall be designed and
connected for operation on a 480 Volt, 3 Phase, 60 Hz alternating current system. Dual
voltage(230/460)rated motors are acceptable.
3. Unless otherwise required by the load,all motors shall be NEMA Design B, normal starting
torque. Locked rotor kVA/Hp shall not exceed Code Letter G as described in NEMA
Standard MGI-10.37 for motors 20 Hp and larger.
4. All motors shall have a service factor of 1.15 at 40 degree C.
5. Motors connected to variable frequency drives shall be inverter duty rated.
6. Motors shall be by General Electric, Siemens,U.S. Electrical Motors(Division of Emerson
Electric Co.), Baldor,or equal.
0117 Ldoc 01171-3 Section 0 117 1—Electric Motors
{ 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. Bearings
1. Anti-friction motor bearings shall be designed to be regreasable and initially shall be filled
with grease suitable to ambient temperature of 40degrees C. Bearings shall be ABMA
Types BC or RN, heavy duty,or shall otherwise be shown to be suitable for the intended
application in terms of B-10 rating life,Class M3 or better.
2. All 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
by the Alemite Division of the Stewart-Warner Corporation.
C. Insulation
1. For 480 Volt motors,the insulation systems shall be Class F (operated at Class B
temperature rise)and shall be manufacturer's premium grade, resistant to attack by moisture,
acids, alkalies and mechanical or thermal shock.
2. This temperature rise shall be met when motors are operated and controlled with the
VFD(s). The motor insulation system shall have full capability to handle the common mode
voltage conditions imposed by the VFD.
3. All Motors shall have vacuum/pressure impregnated epoxy insulation for moisture
resistance.
4. Insulation for inverter duty motor windings shall meet or exceed the Pulse Endurance Index
for magnetic wire and shall not be injured when exposed to repeated pulse type waveforms,
repetitive high voltage transients, switching frequency and rate of rise of the pulse. Class H
varnish shall be used.
D. Enclosures --
1. Motors shall have be cast iron frame, a cast iron conduit box. Conduit box shall be split
from top to bottom and shall be capable of being rotated to four positions. Synthetic ,
rubber-like gaskets shall be provided between the frame and the conduit box and between
the conduit box and its cover. Motor leads shall be sealed with a non-wicking,
non-hygroscopic insulating material. A frame mounted pad with drilled and tapped hole,
not less than 1/4-in diameter, shall be provided inside the conduit box for motor frame
grounding.
a. Totally enclosed fan cooled: TEFC motors shall have cast iron frame, cast iron end !
brackets,cast iron conduit box, 1.15 service factor at 40degrees C,tapped drain holes
(corrosion resistant plugs for frames 286T and smaller and automatic breather/drain
devices for frames 324T and larger)and upgraded insulation by additional dips and
bakes to increase moisture resistance.
b. Severe duty: Motors shall be of the corrosion resistant type conforming to motors
designated by the manufacturer as "Corro-Duty", "Mill and Chemical", "Custom Severe
Duty",or similar quality designation. Severe duty motors shall have a cast iron frame,
cast iron end brackets,cast iron conduit box and 1.15 service factor at 40degrees C and
01171.doc 01171-4 Section 01171—Electric Motors
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
tapped drain holes(corrosion resistant plug for frames 286T and smaller and automatic
breather/drain devices for frames 324T and larger).
E. Inverter Duty Rated Motors
1. Inverter duty rated: Motors for operation on variable frequency drives shall meet current
power quality levels published in NEMA MG1,Part 31 (1993). Consideration shall be
given to the primary factors of the variable frequency drive such as the modulation scheme
— (six-step,PWM,etc),the switching or carrier frequency and the type of power output
devices utilized(IGBT etc). Consideration shall also be given to the installation methods
such as output cable length,cable installation method, installation of output filters,etc.
Enclosures shall be equal to those furnished for severe duty or explosion proof motors.
Motor shaft and bearings shall be insulated. Internal service factor shall be 1.0 that of the
nameplate. Unless otherwise noted provide enclosures suitable for"severe duty". Motors
shall be furnished with an internal thermal switch. Ventilation system shall be designed for
maximum heat transfer. Stator laminations shall be stagger-stacked and stamped from high
grade electrical steel to minimize eddy-current losses and heat build-up caused by inverter
induced harmonics. Rotors shall be configured to minimize skin-effect heating.
F. Motor Efficiencies
1. Three phase motors rated 1 Hp and larger shall be of the premium efficiency type. Motors
shall have a NEMA Nominal Efficiency not less than the values indicated below. Efficiency
values shall be based on tests performed in accordance with IEEE Publication No. 112,
Method B. Motors with horsepower or rpm's not listed shall conform to comparable
standards of construction and materials as those for listed motors.
-- 2. Where State Energy Codes or Utility Company Energy Rebate Programs dictate higher
efficiencies than those listed,the higher efficiency motors shall be furnished.
01171.doc 01 171-5 Section 01171—Electric Motors
"` 11/30/2007
in
City of Fort Worth
Northwest WTP-Membrane Filtration System
n.
Full Load Efficiencies
OPEN MOTORS
3600 RPM 1800 RPM 1200 RPM 900 RPM
Minimum Minimum Minimum Minimum
Nominal Nominal Nominal Nominal
Hp Efficiency Efficiency Efficiency Efficiency
1.0 -- 85.5 82.5 --
1.5 85.5 86.5 86.5 --
2.0 86.5 86.5 87.5
3.0 86.5 89.5 89.5
5.0 89.5 89.5 89.5 --
7.5 89.5 91.0 91.7
10.0 90.2 91.7 91.7 --
15.0 91.0 93.0 92.4 --
20.0 92.4 93.0 92.4 92.4
25.0 93.0 93.6 93.0 92.4
30.0 93.0 94.1 93.6 93.6
40.0 93.6 94.1 94.1 93.6
50.0 93.6 94.5 94.1 93.6
60.0 94.1 95 95.0 94.1
75.0 94.5 95 95.0 94.5
100.0 94.5 95.4 95.0 95.0
125.0 95.0 95.4 95.4 95.0
150.0 95.4 95.8 95.8 95.0
200.0 95.4 95.8 95.4 95.4
r
01171.doc 01171-6 Section 01171-Electric Motors
11/30/2007 �"'
City of Fort Worth
Northwest WTP-Membrane Procurement
Full Load Efficiencies
ENCLOSED MOTORS
3600 RPM 1800 RPM 1200 RPM 900 RPM
Minimum Minimum Minimum Minimum
Nominal Nominal Nominal Nominal
H Efficiency Efficiency Efficiency Efficiency
1.0 80.4 85.5 82.5 83.5
1.5 85.5 86.5 87.5 84.9
2.0 86.5 86.5 88.5 85.5
3.0 88.5 89.5 89.5 85.7
5.0 89.5 89.5 89.5 89.9
7.5 91 91.7 91.7 90.6
10.0 91.7 91.7 91.7 90.3
15.0 91.7 92.4 92.4 90.7
20.0 92.4 93.0 92.4 91.6
25.0 93.0 93.6 93.0 91.8
30.0 93.0 93.6 93.6 92.7
40.0 93.6 94.1 94.1 93.0
50.0 94.1 94.5 94.1 93.4
60.0 94.1 95.0 94.5 93.3
75.0 94.5 95.4 95.0 94.5
100.0 95.0 95.4 95.4 94.7
125.0 95.4 95.4 95.4 95.1
150.0 95.4 95.8 95.8 95.2
200.0 95.8 96.2 95.8 95.1
PART 3 EXECUTION(NOT USED)
END OF SECTION
01171.doc 01171-7 Section 0 1171-Electric Motors
11/30/2007
vq
City of Fort Worth
Northwest WTP—Membrane Procurement
dw
THIS PAGE INTENTIONALLY LEFT BLANK
0117Ldoc 01171-8 Section 0 1171—Electric Motors
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01175
LARGE ELECTRIC MOTORS
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Motors, above 200 horsepower, furnished under other Sections, shall conform to the
requirements of this Section unless otherwise noted.
B. Motors, which are to be connected to Variable Frequency Drive controllers, shall be inverter duty
rated.
y 1.02 SUBMITTALS
A. Each driven equipment submittal shall include complete motor nameplate data and test
characteristics in accordance with NEMA Standard MG1-12.54:
1. Efficiency at 1/2,3/4 and full load.
2. Power factor at 1/2, 3/4 and full load.
3. Motor outline drawings showing dimensions and weight.
4. Descriptive bulletins, including full description of insulation system,operation and
maintenance manual,and renewal parts booklet.
5. Bearing life design data and part numbers.
6. Special features(i.e., space heaters,temperature detectors,etc.).
7. Sound power level in dBA.
8. Sound pressure level at 3 feet in dBA.
9. Speed,torque,current curves.
1.03 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)
n a. NEMA MG - Motors and Generators.
b. NEMA MG2 - Safety Standard for Construction and Guide for Selection, Installation
" and Use of Electric Motors and Generators.
01175.doc 01175-t Section 01175—Large Electric Motors
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
c. NEMA MG3 -Sound Level Prediction for Installed Rotating Electrical Machines.
2. National Fire Protection Association(NFPA)
a. NFPA-70-National Electric 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 Std 85 -Test Procedures for Airbone Sound Measurements on Rotating Electric
Machinery.
d. IEEE Std 115 -Test Procedures for Synchronous Machines.
e. 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.
f. IEEE Std 421 -Standard Criteria and Definitions for Excitation Systems for -
Synchronous Machines.
g. IEEE Std 429- Standard Test Procedure for the Evaluation of Sealed Insulation
Systems for AC Electric Machinery Employing Form-wound Stator Coils.
h. IEEE Std 995 -Recommended Practice for Efficiency Determination of Alternating —
Current Adjustable Speed Drives: Part I- Load Commutated Inverter Synchronous
Motor Drives.
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.
1.04 QUALITY ASSURANCE
A. The motor manufacturer shall maintain a documented Quality Assurance Program implementing
suitable procedures and controls to monitor all aspects of production and testing.
01175.doc 01175-2 Section 01175—Large Electric Motors _
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.05 DELIVERY, STORAGE,AND HANDLING
A. Provide storage and handling per motor manufacturers installation instructions.
B. When provided,energize motor space heaters to prevent moisture condensation throughout the
- storage and construction period. When space heaters are not provided, and motor is not stored in
a dry, indoor,heated location, cover the motor with plastic or similar material and provide heated
or circulating air and/or dessicant to protect against moisture condensation.
C. Do not store motors in areas subject to continuous vibration. Inject a small quantity of grease
into each bearing on a monthly basis, inspect purged grease for water or rust,and rotate motor
w shaft by hand to check for binding.
PART 2 PRODUCTS
2.01 GENERAL
A. Ratings
1. Each motor shall develop ample torque for its required service throughout its acceleration
range at a voltage 10 percent below nameplate rating.
2. The motor shall not be required to deliver more than its rated nameplate horsepower,at
unity(1.0)service factor, under any condition of mechanical or hydraulic loading.
3. All motors shall be continuous time rated suitable for operation in a 40 degrees C ambient
unless noted otherwise.
4. Specific motor data such as HP, RPM,enclosure type,etc., is specified under the detailed
specification for the mechanical equipment with which the motor is supplied.
B. Enclosures
1. Motors shall conform to one of the following standard enclosure designs as specified in the
detailed mechanical equipment sections:
a. Weather Protected Type 1 (WP 1)
b. Totally Enclosed Fan Cooled(TEFC)
- C. Nameplates
1. The motor manufacturers nameplates shall be engraved or embossed on stainless steel and
Y fastened to the motor frame with stainless steel screws or drive pins. Nameplates shall
indicate clearly all of the items of information listed in NEMA Standard MG1-10.38 or
MG1-20.60,as applicable.
2. Nameplates shall have NEMA nominal efficiency, full load power factor and max kVAR
required to bring power factor to 95 percent at full load.
01175.doc 01175-3 Section 01175—Large Electric Motors
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
D. Anti-Condensation Heaters
1. Anti-condensation heaters,where specified under the detailed mechanical specifications
shall conform to the following:
a. Heaters shall be of the flexible silicone wrap around type installed within the motor !
enclosure adjacent to core iron. Heaters shall be rated for 120 Volt, 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.
E. Temperature Detectors --
1. Winding temperature detectors,where specified under the detailed mechanical specifications
for individual equipment 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 closed contacts. Not less than three detectors shall be furnished with each motor.
2. Motors,which are to be connected to variable frequency drives,shall be equipped with W
winding temperature detectors.
2.02 THREE PHASE AC INDUCTION MOTORS
A. Design Criteria
1. Operating voltage:480 Volts, 3 Phase, 60 Hz }
2. Insulation rating: 600 Volts.
3. Maximum ambient temperature: 40 degrees C.
4. Operational humidity: Up to 90 percent non-condensing. —
5. Minimum efficiencies: 95.0 percent at full load,calculated per IEEE 112, Method B.
6. Power Factor: 88 percent lagging.
7. Temperature Rise: 80 degree C(NEMA Class B). Insulating materials shall be NEMA _
Class F minimum. Temperature rise shall not be exceeded over entire operating speed
range.
8. Noise Level: Limited to 85 dBA at no load measured at 3 feet from the motor.
9. Vibration limits: Not to exceed 0.2-in/sec at any frequency.
B. Construction
1. Enclosure: Totally Enclosed,Fan Cooled(TEFC)conforming to NEMA MG-1.
01175.doc 01175-4 Section 01175—Large Electric Motors
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. Stator Frame: Fabricated from steel plate sized to withstand normal and maximum
overload/short circuit stresses.
3. Stator Core: Laminated low-loss electrical sheet steel with individual laminations coated
with insulating varnish.
4. Field Poles: Built-up laminations welded or riveted together and attached to a cast or
fabricated steel spider.
5. Coils: Form wound copper windings with a sealed solid-type resin insulation system
utilizing a vacuum impregnation process(VPI).
6. Motor Shafts: Forged or cold rolled steel. Include a safety factor of 2.0 for all loading
conditions at all operating speeds.
T C. Bearings
1. Anti-friction motor bearings shall be designed to be regreasable and initially shall be filled
with grease suitable to ambient temperature of 40 degrees C. Bearings shall be AFBMA
Types BC or RN, heavy duty, or shall otherwise be shown to be suitable for the intended
application in terms of B-10 rating life,Class M3 or better.
2. 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.
D. Insulation
1. Insulation systems shall be Class F,operated at the specified temperature rise and shall be
manufacturer's premium grade,resistant to attack by moisture,acids,alkalies, and
mechanical or thermal shock.
E. Accessories
1. Lifting lugs on motor frame.
r 2. Minimum of two copper grounding pads on motor frame.
3. Oversized motor lead conduit box.
4. Separate accessory lead conduit box.
F. Acceptable Manufacturers
1. General Electric Company
2. Reliance Electric
3. US Electrical Motors
01175.doc 01175-5 Section 01175—Large Electric Motors
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
4. Toshiba Electric
5. Or equal
2.03 SURFACE PREPARATION AND SHOP COATINGS
A. External Surfaces
1. Parts shall be primed with an oxide primer. All external surfaces on assembled motors shall
be cleaned; free of grease,oil,dirt, or other contaminants,then spray painted with a
minimum of.003-in thick epoxy polymide(two-component)semi-gloss coating that is
chemical, solvent, salt water,and acid resistant. PW
B. Internal Surfaces
1. The stator bore and end turns shall be coated with clear epoxy varnish in addition to the
insulating varnish treatment.
2. The entire rotor assembly,except bearing journals, shall be coated with clear epoxy varnish.
3. Machined joints and threaded parts shall be coated with rust inhibiting compound.
C. All machined bolts and screws and other hardware shall be of the hex head type and shall be zinc
plated. Stainless steel hardware shall be used on severe duty motors.
2.04 SHOP TESTING
A. Each motor shall be given a routine test per NEMA MG 1-12.51 in accordance with ANSI --
Standard 112,consisting of the following:
1. No Load Current
2. No Load Speed
3. Locked-Rotor Current
4. Winding Resistance
5. High Potential
6. Bearing/Vibration Check
B. When specified under the detailed mechanical section,provide a complete test per NEMA MG
and ANSI Standard 112 and 995 consisting of the following:
1. Full Load Heat Run
2. Temperature Test(ANSI 112,Method B)
3. Performance Test
01175.doc 01175-6 Section 01175—Large Electric Motors
11/30/2007 "'
City of Fort Worth
Northwest WTP—Membrane Filtration System
4. Locked Rotor
Y 5. No Load Saturation
6. Speed Torque
7. Winding Resistance(ANSI 118 and 43)
8. High Potential
9. Noise Test(ANSI 85)
C. Balance and vibration shall meet NEMA standards MG 1-12.05 and MG 1-12.06.
D. Test Certification for Severe Duty Motors
1. Insulation system shall be certified capable of passing the following tests:
a. ANSI test procedure No. 117(or successor), with data from at least three temperature
tests,extrapolated linearly to indicate not less than 10,000 hours at rated hot spot
insulation temperature.
b. Insulating varnish shall have a heat aging life of not less than 10,000 hours at maximum
rated operating temperature,using test method applicable to the particular insulation
class.
c. Condensation test on completed,non-energized stator with leads,without end-brackets
— or rotor. Stator shall be exposed for 168 hours in a 40 degrees C closed chamber, in
which an open water vessel is maintained at an elevated temperature, resulting in 100
percent RH plus condensation on stator and windings. Insulation resistance at end of
test shall not be less than 1 megohm, at or corrected to 40 degrees C. Water and air
temperature variation may be necessary to maintain visible condensation.
2. Bearing, lubricant and enclosure shall be certified capable of satisfactorily passing the
following test:
a. An assembled motor shall be run 1 hour, stopped 23 hours, for 7 consecutive days in a
40 degrees C chamber, in which a water vessel is being maintained at elevated
temperature, giving 100 percent RH plus condensation. At the end of the seven days
exposure,the motor shall be opened and bearings disassembled and wiped clean. Any
pitting, rusting, or deposit in the bearing surfaces,balls, or races to the extent shown on
Type 3, Figure 1 of ABEC Standard Corrosion Chart, Section 6,of AFMBA Standards
shall be considered failure to withstand the test.
3. ASTM B 117 Salt Spray Test
a. Motor frame,end brackets, fan cover, and terminal box material shall, with production
protective treatment satisfactorily withstand the ASTM B 117 salt spray test for 96
hours. Satisfactory passing of the test consists of continuous adhesion of the paint or
primer,without lifting, and no visible rust at high points of casting.
01175.doc 01175-7 Section 01175—Large Electric Motors
V 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. Nameplates, fastenings, grease fittings, and tubings shall withstand the same test,except
720 hours duration. Satisfactory passing of the test consists of no visible rust.
4. These tests are required when a severe duty motor is required by the individual mechanical
equipment sections.
END OF SECTION
01175.doc 01175-8 Section 01175—Large Electric Motors
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01300
SUBMITTALS
PART1 GENERAL
1.01 DESCRIPTION OF REQUIREMENTS
.. A. This Section specifies the general methods and requirements of submissions applicable to the
following submittals: Shop Drawings, Product Data,Certifications, Calculations,Test
Procedures, Samples, Mock Ups, Schedule of Values and other related documents unless
otherwise described in the technical specification sections. Additional general submission
requirements are contained in Part D-Special Conditions. Additional detailed submittal
requirements are specified in the technical specifications sections.
B. All submittals shall be clearly identified by reference to Specification Section and Paragraph as
applicable. Submittals shall be clear and legible and of sufficient size for sufficient
presentation of data. Each submittal shall be provided with a transmittal form signed by the
MFSS.
C. Prior to transmission to the Engineer, MFSS shall carefully review each submittal to confirm
that it is complete and to verify whether or not the proposed items or work conform to the
contract requirements. Each submittal shall be dated, signed,and certified by the MFSS as
being correct and in conformance with the specifications.
D. All submittals shall be in English and as a minimum, in foot-pound-second system units.
- 1.02 Reference Specifications
A. Section 01730, Installation,Operation,and Maintenance Manuals
B. Division 11, Equipment
_ C. Division 15,Mechanical
D. Division 13, Instrumentation and Controls
E. Division 16, Electrical
F. Division 5, Miscellaneous Metals
G. Division 9, Finishes
1.03 SHOP DRAWINGS, PRODUCT DATA, SAMPLES
A. Shop Drawings
1. Shop drawings, as defined in the General Conditions, and as specified in individual
Sections include, but are not necessarily limited to,custom-prepared data such as
— fabrication and erection/installation(working)drawings, scheduled information, setting
01300.doc 01300-1 Section 01300—Submittals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
diagrams, actual shopwork manufacturing instructions,custom templates, special wiring
diagrams, coordination drawings, individual system or equipment inspection and test
reports including performance curves and certifications, as applicable to the work.
2. All shop drawings submitted by suppliers for approval shall be sent directly to the MFSS
for checking. The MFSS shall be responsible for their submission at the proper time so
as to prevent delays in delivery of materials.
3. The MFSS shall check all suppliers' shop drawings regarding measurements, size of --
members, materials and details conforming to the intent of the Specifications. Shop
drawings found to be inaccurate or otherwise in error shall be returned to the suppliers for
correction before submission thereof.
4. All details on shop drawings submitted for approval shall show clearly the relation of the
various parts to the main members and lines of the structure and where correct fabrication _
of the work depends upon field measurements, such measurements shall be made and
noted on the drawings before being submitted for approval.
5. Drawings shall be 8.5"xl 1", 11"x17", or 22"04",and shall clearly indicate the unit of
measure.
6. Piping and layout drawings shall be submitted at a scale of 1/8 inch to 1 foot or larger.
Dimensioned equipment, panel,and anchorage drawings shall be 2 inch to 1 foot or
larger scale.
7. For all tagged devices supplied,the MFSS shall develop an"Equipment Cross Reference
Schedule"that matches the Tag to the appropriate equipment manual. The equipment
schedule shall include the pertinent information associate with the equipment including —
tag number,description, functional name location,component equipment model,part
number, size, materials,accessories and range. The Equipment Cross-Reference
Schedule shall be provided in the form of a Microsoft Excel(.XLS)spreadsheet. 4
B. Product Data
1. Product data as specified in individual Sections, include, but are not necessarily limited
to, standard prepared data for manufactured products(sometimes referred to as catalog
data), such as the manufacturer's product specification and installation instructions, _
availability of colors and patterns, manufacturer's printed statements of compliances and
applicability,roughing-in diagrams and templates,catalog cuts,product photographs,
standard wiring diagrams,printed performance curves and operational-range diagrams, _
production or quality control inspection and test reports and certifications,mill reports,
product operating and maintenance instructions and recommended spare-parts listing and
printed product warranties,as applicable to the work.
2. Where product data may describe several models and/or options,the MFSS shall clearly
mark or highlight the applicable information and cross out or delete the nonapplicable
information.
01300.doc 01300-2 Section 01300—Submittals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
D. Samples
1. Samples specified in individual Sections, include, but are not necessarily limited to,
physical examples of the work such as sections of manufactured or fabricated work, small
cuts or containers of materials,complete units of repetitively-used products,
- color/texture/pattern swatches and range sets, specimens for coordination of visual effect,
graphic symbols and units of work to be used by the ENGINEER or OWNER for
independent inspection and testing, as applicable to the work.
1.04 MFSS's RESPONSIBILITIES
A. The MFSS shall review shop drawings, product data and samples, including those by suppliers,
prior to submission to determine and verify the following:
1. Field measurements
2. Field construction criteria
3. Catalog numbers and similar data
4. Conformance with the Specifications
B. Each shop drawing, sample and product data submitted by the MFSS shall have affixed to it
the following Certification Statement including the MFSS's name and signature: "Certification
Statement: by this submittal, I hereby represent that I have determined and verified all field
measurements, field construction criteria,materials,dimensions,catalog numbers and similar
data and I have checked and coordinated each item with other applicable approved shop
drawings and all Contract requirements." Shop drawings and product data sheets 11-in x 17-in
and smaller shall be bound together in an orderly fashion and bear the above Certification
Statement on the cover sheet. The cover sheet shall fully describe the packaged data and
include a listing of all items within the package. Provide to the ENGINEER a copy of each
submittal transmittal sheet for shop drawings,product data and samples at the time of submittal
of said drawings, product data and samples to OWNER and ENGINEER.
C. A separate transmittal form shall be used for each specific item or class of material or
equipment for which a submittal is required. Transmittal of Shop Drawings on various items
using a single transmittal form shall be permitted only when the items taken together constitute
a manufacturer's "package" or are so functionally related that expediency indicates review of
the group or package as a whole.
D. The MFSS shall utilize a 10-character submittal identification numbering system in the
following manner:
w 1. The first character shall be a D, S, P,M,or R, which represents Shop/Working Drawing
and other Product Data(D), Sample(S), Preliminary Submittal(P),
Installation/Operation/Maintenance Manual(M), or Request for Information(R).
2. The next five digits shall be the applicable Specification Section Number.
01300.doc 01300-3 Section 01300—Submittals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. The next three digits shall be the numbers 001 to 999 to sequentially number each initial
separate item or drawing submitted under each specific Section number.
4. The last character shall be a letter,A to Z, indicating the submission,or resubmission of
the same Drawing, i.e., "A=1st submission,B=2nd submission,C=3rd submission, etc.
A typical submittal number would be as follows:
D-11210-008-B
D. =Shop Drawing —
11210 =Specification Section for Horizontal Split Case Double Suction Pumps
008 =The eighth initial submittal under this specification section
B. =The second submission(first resubmission)of that particular shop
drawing
E. Notify ENGINEER and OWNER in writing, at the time of submittal,of any deviations in the _
submittals from the requirements of the Contract Documents.
F. The review and approval of shop drawings, samples or product data by ENGINEER shall not _
relieve the MFSS from his/her responsibility with regard to the fulfillment of the terms of the
Contract. All risks of error and omission are assumed by the MFSS and OWNER and
ENGINEER will have no responsibility therefore. OWNER and ENGINEER may review the
conformance of all Goods and Special Services with respect to the Contract Documents at any
time prior to Final Acceptance
G. No portion of the work requiring a shop drawing, sample,or product data shall be started nor
shall any materials be fabricated or installed prior to the approval or qualified approval of such
item. Fabrication performed, materials purchased or on-site construction accomplished which
does not conform to approved shop drawings and data shall be at the MFSS's risk. OWNER
will not be liable for any expense or delay due to corrections or remedies required to
accomplish conformity.
H. Project work,materials,fabrication,and installation shall conform with approved shop
drawings, applicable samples, and product data.
1.05 SUBMISSION REQUIREMENTS
A. Make submittals promptly in accordance with the attached schedule.
B. Each submittal,appropriately coded, will be returned within 30 working days following receipt
of submittal by ENGINEER.
C. A letter of transmittal, submitted in duplicate, shall accompany each submittal.
D. Number of submittals required:
1. Shop Drawings: Eight copies
2. Product Data: Three copies.
3. Samples: Submit the number stated in the respective Specification Sections. —
01300.doc 01300-4 Section 01300—Submittals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
E. At the beginning of each letter of transmittal,provide a reference heading indicating the
following:
1. OWNER's Name
— 2. Project's Name
3. Contract No.
4. Transmittal No.
5. Section No.
F. All Shop Drawings submitted shall bear the stamp of approval and signature of the MFSS as
evidence that they have been reviewed by the MFSS. Submittals without this stamp of
approval will not be reviewed by OWNER and will be returned to the MFSS. Submittals shall
contain:
1. The date of submission and the dates of any previous submissions.
2. The Project title and number.
3. MFSS identification.
4. The names of:
a. MFSS
b. Supplier, Distributor,or Manufacturer's Representative
C. Manufacturer
5. Identification of the product, with the specification section number,page and
paragraph(s).
6. Field dimensions,clearly identified as such.
7. Relation to adjacent or critical features of the Work or materials.
8. Applicable standards, such as ASTM or Federal Specification numbers.
9. Identification of deviations from Contract Documents.
10. Identification of revisions on resubmittals.
11. An 8-in by 3-in blank space for MFSS and ENGINEER stamps.
12. Where calculations are required to be submitted by the MFSS,the calculations shall have
been checked by a qualified individual other the preparer. The submitted calculations
shall clearly show the names of the preparer and checker.
01300.doc 01300-5 Section 01300—Submittals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
G. All Shop Drawings submitted for approval shall have a title block with complete identifying
information satisfactory to OWNER
1.06 REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND
SAMPLES
A. The review of shop drawings, data and samples will be for general conformance with the
design concept and Contract Documents. They shall not be construed:
1. As permitting any departure from the Contract requirements;
2. As relieving the MFSS of responsibility for any errors, including details,dimensions, and
materials;
3. As approving departures from details furnished by ENGINEER,except as otherwise r.
provided herein.
B. The MFSS remains responsible for details and accuracy and for coordinating the work with all
other associated suppliers.
C. If the shop drawings,data or samples as submitted describe variations and show a departure
from the Contract requirements which ENGINEER finds to be in the interest of OWNER and on
to be so minor as not to involve a change in Contract Price or time for performance,
ENGINEER may return the reviewed drawings without noting an exception.
D. Submittals will be returned to the MFSS under one of the following codes.
Code 1 - "APPROVED" is assigned when there are no notations or comments on the
submittal. When returned under this code the MFSS may release the equipment
and/or material for manufacture.
Code 2 - "APPROVED AS NOTED". This code is assigned when a confirmation of the
notations and comments IS NOT required by the MFSS. The MFSS may release
the equipment or material for manufacture;however, all notations and comments
must be incorporated into the final product.
Code 3 - "APPROVED AS NOTED/CONFIRM". This combination of codes is assigned
when a confirmation of the notations and comments IS required by the MFSS. The
MFSS may release the equipment or material for manufacture;however,all
notations and comments must be incorporated into the final product. This
confirmation shall specifically address each omission and nonconforming item that
was noted. Confirmation is to be received by ENGINEER within 30 calendar days
of the date of ENGINEER's transmittal requiring the confirmation.
Code 4- "APPROVED AS NOTED/RESUBMIT". This combination of codes is assigned
when notations and comments are extensive enough to require a resubmittal of the
package. The MFSS may release the equipment or material for manufacture; --
however,all notations and comments must be incorporated into the final product.
This resubmittal is to address all comments, omissions and non-conforming items
01300.doc 01300-6 Section 01300—Submittals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
that were noted. Resubmittal is to be received by ENGINEER within 30 calendar
days of the date of ENGINEER's transmittal requiring the resubmittal.
Code 5 - "NOT APPROVED" is assigned when the submittal does not meet the intent of the
Contract Documents. The MFSS must resubmit the entire package revised to bring
the submittal into conformance. It may be necessary to resubmit using a different
manufacturer/vendor to meet the Contract Documents.
Code 6- "COMMENTS ATTACHED" is assigned where there are comments attached to the
returned submittal,which provide additional data to aid the MFSS.
- Codes 1 through 5 designate the status of the reviewed submittal with Code 6 showing there
has been an attachment of additional data.
_ E. Resubmittals will be handled in the same manner as first submittals. On resubmittals the
MFSS shall direct specific attention, in writing on the letter of transmittal and on resubmitted
shop drawings by use of revision triangles or other similar methods,to revisions other than the
_ corrections requested by ENGINEER,on previous submissions. Any such revisions which are
not clearly identified shall be made at the risk of the MFSS. The MFSS shall make corrections
to any work done because of this type revision that is not in accordance to the Contract
Documents as may be required by ENGINEER.
F. Partial submittals may not be reviewed. ENGINEER will be the only judge as to the
completeness of a submittal. Submittals not complete will be returned to the MFSS and will be
considered"Not Approved" until resubmitted. ENGINEER may at his/her option provide a list
or mark the submittal directing the MFSS to the areas that are incomplete.
G. If the MFSS considers any correction indicated on the shop drawings to constitute a change to
the Contract Documents,the MFSS shall give written notice thereof to ENGINEER at least
seven working days prior to release for manufacture.
1.07 DISTRIBUTION
A. Distribute reproductions of approved shop drawings and copies of approved product data and
samples,where required,to the job site file and elsewhere as directed by ENGINEER. Number
of copies shall be as directed by ENGINEER but shall not exceed 6.
1.08 PROFESSIONAL ENGINEER(P.E.)CERTIFICATION FORM
A. If specifically required in other Sections of these Specifications,the MFSS shall submit a P.E.
Certification for each item required, in the form attached to this Section,completely filled in
and stamped.
1.09 GENERAL PROCEDURES FOR SUBMITTALS
A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance
" of performing the related work or other applicable activities, or within the time specified in the
individual work sections, of the Specifications, so that the installation will not be delayed by
processing times including disapproval and resubmittal(if required), coordination with other
submittals,testing,purchasing,fabrication,delivery and similar sequenced activities. No
01300.doc 0 l 300-7 Section 01300—Submittals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
extension of time will be authorized because of the MFSS's failure to transmit submittals
sufficiently in advance of the Work.
END OF SECTION
01300.doc 01300-8 Section 01300—Submittals
f
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
P.E.CERTIFICATION FORM
The undersigned hereby certifies that he/she is a Professional Engineer registered in the State of Texas and
that he/she has been employed by
to design
(Name of MFSS)
(Insert P.E. Responsibilities)
in accordance with Specification Section for the
(Name of Project)
The undersigned further certifies that he/she has performed the design of the
that said design is in conformance
(Name of Project)
with all applicable local, state and federal codes,rules,and regulations,and that his/her signature and P.E.
stamp have been affixed to all calculations and drawings used in,and resulting from,the design.
The undersigned hereby agrees to make all original design drawings and calculations available to the
'} (Insert Name of OWNER)
or OWNER's representative with seven days following written request therefor by the OWNER.
P.E.Name
- Signature
Address
MFSS's Name
_ Signature
Title
Address
_ 01300.doc 01300-9 Section 01300—Submittals
l 1/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
FIRST SHOP DRAWING SUBMITTALS-TABLE 1
■ Shall be submitted within 60 days of Special Engineering Services Agreement.
SECTION TITLE
01171 Electric Motors
01175 Large Electric Motors
01740 Warranties
11170 Pilot Plant
11210 Horizontal Split Case Double Suction Pumps
11211 Horizontal End Suction Pumps
11212 Miscellaneous Pumps
11244 Fiberglass Storage Tanks
11300-A Submerged Membrane Filtration System
11300-B Pressure Membrane Filtration System —
11337 Automatic Self-Cleaning Inline Strainer
11370 Compressed Air Equipment
11372 Positive Displacement Air Blowers
11377 Centrifugal Air Blowers
15100 Valves and Appurtenances
15105 Butterfly Valves
01300.doc 01300-10 Section 01300—Submittals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
- SECOND SHOP DRAWING SUBMITTALS—TABLE 2
■ Shall be submitted within 90 days of Special Engineering Services Agreement.
SECTION TITLE
01750 Spare Parts
05500 Miscellaneous Metals
09901 Surface Preparation and Shop Prime Painting
13305 Application Engineering Services
13310 Programmable Logic Controller(PLC)Based Control System
13315 Process Instrumentation and Controls—Products
13325 Control Panels and Panel Mounted Equipment
15064 Plastic Pipe and Fittings
15120 Piping Specialties
i 15121 Piping Expansion Compensation
15140 Pipe Hangers and Supports
16000 Electrical Requirements
01300.doc 01300-11 Section 01300—Submittals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE INTENTIONALLY LEFT BLANK
01300.doc 01300-12 Section 01300—Submittals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01610
TRANSPORTATION AND HANDLING OF GOODS
PART1 GENERAL
1.01 DESCRIPTION
A. Description of Work
1. The MFSS shall make all arrangements for transportation and delivery of equipment and
materials to the Point of Destination.
2. Shipments are FOB Northwest Water Treatment Plant, Fort Worth,Texas.
3. Ownership of goods remains property of MFSS until delivered and accepted by OWNER.
4. Shipments of materials shall be delivered to the Point of Destination only during regular
working hours. Shipments shall be addressed,and delivered to General Contractor,
except where otherwise directed.
1.02 QUALITY CONTROL/QUALITY ASSURANCE(QA/QC)—(NOT USED)
1.03 SUBMITTALS
A. Shipping List
1. Prior to the delivery of the Goods,the MFSS shall develop and submit to General
Contractor and OWNER a bill of materials for the contents of all shipments. This list
shall detail contents, size,weights and tag numbers of each item shipped. Upon receipt
of the Goods,the bill of materials shall be used to determine that the Goods have been
received by General Contractor.
1.04 PRODUCT DELIVERY STORAGE AND HANDLING
A. The MFSS shall coordinate deliveries that occur between specified Contract Times to
accommodate the following:
1. Work of General Contractor or OWNER
2. Limitations of storage space
3. Availability of equipment and personnel for handling products
- B. Partial deliveries of component parts of equipment shall be clearly marked to identify the
equipment to simplify accumulation of parts and facilitate assembly.
C. Each part within a shipment shall be clearly labeled with the reference numbers and tag
numbers included in the Bill of Materials.
01610.130C 01610-1 Section 0 16 10—Transportation and
Handling of Goods
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
D. Upon delivery, the MFSS, OWNER and General Contractor for the installation work, shall
inspect shipment(s)to ensure:
l. Product complies with requirements of approved submittals
2. Containers and packages are intact
3. Labels are legible
4. Products are properly protected and undamaged
E. General Contractor for the installation work will provide equipment and personnel necessary to
handle products by methods designed to prevent soiling or damage.
F. General Contractor for the installation work will provide storage facilities in accordance with
the MFSS storage requirements to be submitted prior as noted in Section 01611, Protection of w
Goods.
PART 2 PRODUCTS(NOT USED)
PART 3 EXECUTION(NOT USED)
END OF SECTION
01610.DOC 01610-2 Section 0 16 10—Transportation and
Handling of Goods
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01611
PROTECTION OF GOODS
PART1 GENERAL
1.01 DESCRIPTION
A. Description of Work
1. The MFSS shall protect the Goods in accordance with manufacturer's recommendations
and the requirements of the Contract Documents.
2. The MFSS shall make all arrangements and provisions necessary for the protection of
Goods during delivery to the Point of Destination.
3. Ownership of goods remains property of MFSS until delivered and accepted by OWNER.
4. Manufacturer's containers may be opened for inspection and verification of the Goods in
accordance with the General and Supplementary Conditions. Upon completion of
inspection the Goods shall be repackaged and remain unopened until the time of
installation,unless recommended by the manufacturer or otherwise specified.
5. The MFSS shall provide General Contractor and OWNER with a list of Goods
that are to be delivered prior to shipment.
B. Coordination: The MFSS shall coordinate with OWNER and the General Contractor for Goods
that require special protection, storage or handling.
1.02 SUBMITTALS
A. Provide submittals required by this section,at least 30 days prior to delivery of the Goods.
B. The MFSS shall provide General Contractor and OWNER with a list of pumps,motors, drives,
electrical equipment, instrumentation equipment(controls,devices,panels,etc.),and any other
equipment that requires storage in weather tight or climate controlled storage facilities, such as
warehouses. For example,equipment utilizing anti-friction or sleeve bearings.
.t C. The MFSS shall provide General Contractor and OWNER with a list of all panels,
microprocessor-based equipment,and all other Goods and devices subject to damage or useful
life decrease due to:
1. Temperatures below 40 degrees F or above 90 degrees F;
2. Relative humidity above 80 percent.
01611.DOC 01611-1 Section 01611—Protection of Goods
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
D. Fully Protected Storage
1. The MFSS shall provide General Contractor and OWNER with a list of Goods which
could be damaged by low or high temperature and require temperature-controlled storage
space.
2. The MFSS shall provide General Contractor and OWNER a list of Goods that require
protection from contamination by dust,dirt,and moisture.
3. The MFSS shall provide General Contractor and OWNER with a list of Goods that
require storage at specific humidity levels as recommended by manufacturer.
E. MFSS Storage and Handling Instructions
1. The MFSS shall provide General Contractor and OWNER specific storage and handling
instructions for each loose-shipped item of equipment, instrumentation, materials and
crates provided by the MFSS.
1.03 PRODUCT STORAGE AND HANDLING
A. Goods shall be boxed,crated,or otherwise completely enclosed and protected during shipment
and handling. Each container shall be clearly marked with the MFSS'S name,project name,
and location. Goods shall be protected from exposure to the elements and shall be kept
thoroughly dry at all times. Painted surfaces shall be protected against impact, abrasion,
discoloration,and other damage. Painted equipment surfaces that are damaged prior to
acceptance shall be repainted to the satisfaction of ENGINEER and OWNER.
B. Electrical equipment,controls,and instrumentation shall be protected against moisture or water
damage. Space heaters provided in the equipment will be connected by General Contractor(or
its subcontractors)as noted by the MFSS and operated at all times until equipment is placed in
operation.
C. Membrane Filtration Units shall be delivered to the site as assembled units to the fullest degree
possible.
D. Notice of Enclosed Instructions
1. All delivered packages containing Goods shall have notices clearly visible on the exterior _
of the package indicating that maintenance instructions are enclosed.
E. Panel and Instrumentation Storage
1. All packages containing panels,electronic devices,and other microprocessor-based
equipment shall contain a desiccant,volatile corrosion inhibitor(VCI)blocks, a moisture
indicator,and maximum-minimum indicating thermometer. The MFSS shall provide a -
spare set of such protection equipment including a desiccant,a moisture indicator,and
VCI blocks for each package containing panels,electronic devices,and other
microprocessor-based equipment for replacement by General Contractor during the -
storage period.
01611.130C 01611-2 Section 01611—Protection of Goods
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. The panels and instrumentation equipment shall not be shipped to the Point of
Destination until field conditions are ready for installation,including all slabs,walls,
roofs, and environmental controls.
END OF SECTION
01611.DOC 01611-3 Section 01611—Protection of Goods
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE INTENTIONALLY LEFT BLANK
01611.130C 01611-4 Section 01611—Protection of Goods
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01620
INSTALLATION OF MEMBRANE EQUIPMENT
PART1 GENERAL
1.01 DESCRIPTION
A. The MFSS shall provide personnel to serve as the MFSS's on-site representative during
unloading and installation of the Goods. MFSS representative shall receive and accept
delivery of Goods at the Northwest Water Treatment Plant. The MFSS shall provide
training to the General Contractor on details of the installation of the MFSS supplied
equipment.
B. The MFSS shall provide services of manufacturer's representatives to inspect the
- completed installations of each of the following systems:
1. Feed or filtrate pumps
2. Backwash/reverse filtration pumps
3. Drain/recirculation pumps
4. Blowers
5. Compressed Air Equipment
6. Chemical Systems
C. The MFSS shall coordinate all services and activities required by this Section with the
General Contractor for the installation work and ENGINEER.
+ 1. Upon completion of Installation, ENGINEER shall issue a"Notice of Completed
Installation."
1.02 [NOT USED]
1.03 SUBMITTALS
A. Pre-Delivery Submittals
- 1. In accordance with Section 01610,Transportation of Goods,the MFSS shall provide to
the General Contractor a listing of Goods to be delivered to the Point of Destination.
s 2. In accordance with Section 01611, Protection of Goods,the MFSS shall provide to the
General Contractor a listing of Goods that require protection. Special storage, protection,
and handling instructions shall be provided.
3. In accordance with Section 01730,the MFSS shall provide Installation,Operation and
Maintenance Manuals.
PART 2 PRODUCTS(NOT USED)
01620.130C 01620-1 Section 01620—Installation of Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
PART 3 EXECUTION
3.01 INSTALLATION
A. The MFSS shall provide personnel to serve as the MFSS's on-site representative
during the unloading and installation of MFSS supplied equipment and membrane -
modules. MFSS representative shall receive and accept delivery of goods at the
Northwest WTP. The General Contractor shall provide suitable working
accommodation at the jobsite for the MFSS's employee(s).
B. The MFSS shall provide training to the General Contractor on details of the installation
of the MFSS supplied equipment. The training shall be conducted on-site by an
authorized,experienced employee of the MFSS.
C. The MFSS on-site representative shall be present on-site during the unloading of the _
Goods and during different phases of the installation of the Goods to oversee the proper
placement and installation of MFSS supplied equipment. The MFSS on-site
representative shall also be on-site at various phases of the work for a minimum of 30
days to assist with the proper placement and installation of the Goods. In addition to the v
time required above, MFSS shall also be present on site during the entire membrane
installation period.
D. The MFSS shall be responsible for identification of the volume and concentration of the
membrane module storage solution and rinsing requirements for membrane modules.
E. The General Contractor shall be responsible for making any adjustments and/or
modifications to the installation process that may become necessary to ensure that all
equipment is properly installed. _
F. After the installation is complete,the MFSS on-site representative, General Contractor,
and ENGINEER shall jointly perform a pre-commissioning inspection of the System. r
The inspection shall identify the following:
1. Mechanical
a. All Membrane Process Trains shall be complete and cleaned. All appurtenances shall
be installed. All unit and interconnecting piping shall be flushed and pressure tested.
b. All process equipment pumping liquids or in contact with water shall be bacti tested.
c. The Clean In Place system shall be completely installed and pressure tested.
d. The Compressed Air System shall be completely installed and the piping pressure
tested. Receivers shall be certified with State agency.
e. The Blower system piping shall be completely installed and the piping pressure
tested.
2. Electrical
a. All local control panels shall be installed,terminations completed and verified. ri
01620.DOC 01620-2 Section 01620—Installation of Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. All 480, 120,and 24VDC power supplies shall be connected and verified.
c. The documentation associated with the inspection of electrical terminations shall be
provided by the General Contractor to the MFSS.
G. The General Contractor shall be responsible for making any adjustments and/or
modifications to the installation process that may become necessary to ensure that all
equipment is properly installed.
1. The inspection shall identify any equipment that has not been properly installed,detailing
the outstanding installation issues on a"punch list'and noting the party who shall be
responsible for each correction and identify the items require that correction before
W commissioning can begin.
2. Once the corrections identified have been made,a `Notice of Completed Installation"
shall be issued by ENGINEER and commissioning shall commence in accordance with
the requirements of Section 01660,Commissioning of Membrane Equipment.
- END OF SECTION
01620.DOC 01620-3 Section 01620—Installation of Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
PW
I
I
THIS PAGE INTENTIONALLY LEFT BLANK
01620.I30C 01620-4 Section 01620—Installation of Membrane Equipment
11/30/2007 '�
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01660
y COMMISSIONING OF MEMBRANE EQUIPMENT
PARTI GENERAL
1.01 DESCRIPTION
- A. The MFSS shall provide personnel to serve as the MFSS's on-site representative during
commissioning of the membrane filtration system. The MFSS shall provide instruction and
supervision to properly commission the membrane filtration system and place the system into
— operation.
B. The MFSS shall provide services of manufacturer's representatives to oversee the
commissioning and test runs of the following systems:
1. Feed/filtrate pumps
2. Backwash/reverse filtration pumps
3. Drain/recirculation pumps
4. Blowers
_ 5. Compressed Air Equipment
6. Instrumentation
7. Water Quality Analyzers
8. Chemical Systems
C. The MFSS shall coordinate all services and activities required by this Section with the General
Contractor for the installation work and OWNER.Commissioning is subject to the following
.� provisions:
1. Commissioning shall not commence until the"Notice of Completed Installation" is issued
_ in accordance with Section 01620, Installation of Membrane Equipment.
2. Commissioning shall be completed by the MFSS within the 45 days after the"Notice of
Completed Installation" is issued.
3. OWNER shall document the time when the facilities are substantially unavailable for use
by the MFSS to perform commissioning. Potential times of substantial unavailability
include: 1)when the installation of membrane modules results in a delay to the MESS and
2)when OWNER conducts its review of system operation. If in the sole opinion of
OWNER the facilities are substantially unavailable to the MFSS,equivalent additional
— commissioning time will be granted.
4. Should failure to complete the Commissioning as required by this Section within the
allocated time cause the General Contractor to be late and have to pay liquidated damages
01660.DOC 01660-1 Section 01660—Commissioning of Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
to the Owner,the MFSS agrees to pay the General Contractor liquidated damages in the
amount of$2000 for each calendar day of delay until the Work is completed.
5. Upon completion of Commissioning,OWNER shall issue the"Notice of Completed
Commissioning"
D. The MFSS shall coordinate all services and activities required by this Section with the
requirements of Division 13, Instrumentation and Controls.
E. In addition to testing required by this Section,the MFSS shall perform all other tests required
by the Specifications.
F. Upon the Completion of Commissioning,the MFSS and manufacturer's representatives from
the systems listed above in 1.01.B shall submit certificates in the form attached to this Section
stating that the installation of the equipment and systems are satisfactory,that the units have
been satisfactorily commissioned and are ready for operation.
1.02 SUBMITTALS
A. The MFSS shall prepare and submit to OWNER/ENGINEER a"Detailed Plan of
Commissioning Activities"that will be used as a guideline for commissioning of the Goods
provided by the MFSS. The Detailed Plan of Commissioning Activities shall be used to -
coordinate the activities of the MFSS's and General Contractor's personnel.
PART 2 PRODUCTS -
1.01 The MFSS shall furnish all membrane Clean-In-Place chemicals, membrane maintenance
cleaning chemicals,neutralization chemicals,and materials, instruments,and incidental and _
expendable equipment required for commissioning/placing the equipment into operation.
PART 3 EXECUTION _
3.01 COMMISSIONING
A. No system or subsystem shall be started-up for continuous operation unless all Goods, including
instrumentation and monitoring systems,of that system or subsystem have been tested,proven
to be operable as intended by the Contract Documents, and approved by OWNER and
ENGINEER.
B. The MFSS shall provide instructions and oversee the placement of the Goods into operation
and the performance tests to determine if equipment is operating properly. The purpose of
these tests is to verify that both the System and each Train/Unit are:
1. Properly installed;
2. Operational;
3. Capable of completing all operating cycle(s)free of problems; and
4. Free from pump or valve cavitation,overheating,overloading,vibration,or other operating
problems.
01660.DOC 01660-2 Section 01660—Commissioning of Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C. The Detailed Plan of Commissioning Activities shall be used to coordinate the activities of the
MFSS's and General Contractor's personnel. The MFSS shall coordinate all activities with the
General Contractor, OWNER and ENGINEER. The types of activities to be performed by the
MFSS will be detailed in the"Detailed Plan of Commissioning Activities"and include,but are
not necessarily limited to,the following minimum check items:
1. Initial Start Up Activities
a. Verify Train/Unit and Piping Installation;
b. Verify Valve Tags;and
c. Verify Instrumentation and Control.
1) Verify PLC Communication
2) Verify PC and Operator Interface Communication
3) Software is configured;
4) Instruments are calibrated.
5) Control Alarm Set Points have been established;
4 6) Testing shall be done in accordance with the requirements of Division 13,
Process Instrumentation and Controls
7) Refer to Division 13 for instrumentation testing and training.
d. Verify Pumps, Metering Pumps, Blowers,Compressors,Other Rotating Equipment,
and Analyzers:
1) Filled with oil/fluid, as required;
2) Rotation is proper;
3) Aligned properly(Mechanical Seal has been set); and
4). Receives and responds to Process Control Command Signals(Discrete and/or
Analog).
2. Commissioning Activities
a. Verify Pumps for Rotation;
b. Verify that variable speed pumps operate across the entire speed range required.
MFSS personnel shall work with the General Contractor's variable frequency drive
(VFD)manufacturer's personnel to commission the VFDs and establish all VFD
equipment settings and programming.
c. Commission Compressed Air System;
01660.DOC 01660-3 Section 01660—Commissioning of Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
d. Commission Blower System;
e. Test Membrane Integrity Test System;
f. Test Vacuum System;
g. Test Modulating Valves;
h. Test Chemical Feed Systems used for feed, backwash and maintenance wash;
i. Test Chemical Feed Systems used in Clean-In-Place;
j. Test Level Switches in Tanks;
k. Test Pressure Switches;
1. Set Mechanical Seals in Pumps and Flush System;
m. Test and Calibrate Process Instruments;
1) Flow Meters
2) Pressure Transmitters
3) Level Transmitters —
4) Turbidity Meters
5) Chlorine Residual Analyzers
6) pWORP Meters
7) Temperature Transmitters
n. Miscellaneous Equipment;
o. Field Located Manual Valves;
p. Field Located Automatic Valves;
q. Manual Unit Valves; —
r. Automatic Unit Valves; and
3. Start Up Activities
a. Complete Operational Readiness Test, in accordance with Division 13,Process
Instrumentation and Controls.
b. Feed Flow/Pressure/Level Control System in Manual and Automatic Modes;
01660.130C 01660-4 Section 01660—Commissioning of Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
c. Filtrate Pressure Flow/Pressure/Level Control System in Manual and Automatic
Modes;
d. Backwash Flow/Pressure Level/Control System in Manual and Automatic Modes;
e. Backwash Process Residuals Flow/Pressure Level/Control System in Manual and
Automatic Modes;
f. Filtration Units Placed into Service in Manual and Automatic Modes;
g. Check Start Up Sequence in Normal and Emergency Modes;
h. Check Shut Down Sequence in Normal and Emergency Modes;
i. Check Process Logic Interlocks;
j. Install Membrane Modules;
k. Place Membrane System In Operation;
1) Verify Filtration Sequence
2) Verify Backwash Sequence
3) Verify Membrane Test Sequence
4) Verify Other MFSS Process Sequences
T 1. Chemically Clean Membrane Units;and
m. Perform Functional Demonstration Test in Accordance with Division 13, Process
Instrumentation and Controls.
n. Check HMI start up and shutdown
D. As a part of the commissioning,the MFSS shall oversee the start-up and demonstration of
operation of all support systems provided by MFSS, including but not limited to chemical feed
systems, instrumentation,compressed air equipment,and electric controls. This testing shall
demonstrate that there are no water or air leaks in the System,that the piping has been installed
and connected properly,that the electrical system is operating correctly,and that the
�- instrumentation has been properly calibrated.
E. The MFSS shall furnish all membrane cleaning chemicals,materials, instruments,and
incidental and expendable equipment required for commissioning/placing the equipment into
operation. At OWNER/ENGINEER's discretion,the MFSS shall retain the services of any
manufacturer's representatives as required in the Contract Documents to assist with the
commissioning/placing into operation of the Goods. The costs of theses services shall be
borne by the MFSS.
F. The MFSS shall oversee the installation of membrane modules by the General Contractor. The
z location and serial number of each membrane module shall be provided using an Microsoft
01660.DOC 01660-5 Section 01660—Commissioning of Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
Excel Spreadsheet. This information will be used to document Membrane Warranty
replacement. Membrane module information shall be collated and submitted to OWNER. Data
shall include serial number, location,date manufactured,date installed,and any other pertinent
information.
G. The MFSS shall conduct a membrane integrity test on each process cell. The MFSS shall repair
any broken fibers. The MFSS shall provide ENGINEER with both the integrity test results for
each process cell and results documenting that each installed process cell has passed the
integrity test and meets all TCEQ requirements.
H. The MFSS shall provide all necessary information to the General Contractor,related to the
equipment provided by the MFSS, for use by the General Contractor to develop electrical
system studies required by the installation contract.
I. The MFSS shall provide all necessary support to the General Contractor related to the
startup/commissioning/testing of equipment provided by the MFSS or the General Contractor.
This equipment shall include, but shall not be limited to,VFDs, MCCs,and local control
station.
J. When requested by the General Contractor, OWNER/ENGINEER shall review the operation of
the equipment to verify that the commissioning is complete.
1. OWNER/ENGINEER may perform random tests to determine if the equipment is
operating properly and witness various operational sequences.
2. OWNER/ENGINEER may review the results of the Functional Acceptance Test in
accordance with Division 13,Process Instrumentation and Controls.
3. OWNER/ENGINEER may initiate alarm conditions to determine if the control system is
functioning properly.
4. OWNER/ENGINEER's review may include a review of the HMI interface and PLC
SCADA system commissioning requirements to determine conformance with the Division
13, Instrumentation and Controls, requirements.
5. OWNER/ENGINEER's inspection shall identify any equipment that has not been
properly installed,or operating,detailing the outstanding installation issues on a"punch
list"and noting the party who shall be responsible for each correction and identify the =
items require that correction.
K. Upon satisfactory completion of the review,OWNER shall submit to the MFSS a written
"Notice of Completed Commissioning".
L. Once the"Notice of Completed Commissioning" is issued,Training of Operation and
Maintenance Personnel may commence. Refer to Section 01715,Equipment Operation and
Maintenance Training.
M. Once the"Notice of Completed Commissioning" is issued, Acceptance Testing may commence.
Refer to Section 01670, Acceptance Testing of Membrane Equipment.
END OF SECTION -
01660.DOC 01660-6 Section 01660—Commissioning of Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
EQUIPMENT/SYSTEM MANUFACTURER'S CERTIFICATE OF INSTALLATION AND
COMMISSIONING
Owner: City of Fort Worth,Texas
Project: Northwest Water Treatment Plant
Membrane Filtration System
Contract
EQUIPMENT DESCRIPTION
I ,Authorized representative of
(Print Name)
(Print Manufacturer's Name)
hereby CERTIFY that
(Print equipment name and model with serial No.)
— installed for the subject project [has] [have] been installed in a satisfactory manner, [has] [have] been
satisfactorily commission and [is] [are] ready for operation on Date: Time:
CERTIFIED BY: DATE:
(Signature of Manufacturer's Representative)
01660.DOC 01660-7 Section 01660—Commissioning of Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
i
THIS PAGE INTENTIONALLY LEFT BLANK
01660.DOC 01660-8 Section 01660—Commissioning of Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01670
•• ACCEPTANCE TESTING OF MEMBRANE EQUIPMENT
PART1 GENERAL
1.01 DESCRIPTION
A. Description of Work: The MFSS shall perform Acceptance Testing of the membrane
equipment. Acceptance Testing is subject to the following provisions.
1. Acceptance Testing shall not commence until the"Notice of Completed Commissioning"
is issued in accordance with Section 01660,Commissioning of Membrane Equipment.
2. Acceptance Testing shall commence within 15-days after completion of commissioning at
a mutually agreed upon time by the MFSS,OWNER,General Contractor and ENGINEER.
3. Acceptance Testing shall extend for a period of 90 consecutive days or longer, if deemed
necessary by ENGINEER, until compliance with the Contract Documents has been
demonstrated.
-- 4. Acceptance Testing shall be completed by the MFSS within the 150 days after the
commencement.
.� 5. Acceptance Testing shall be performed in conjunction with the requirements of Section
01715, Equipment Operation and Maintenance Training.
6. Should failure to complete the Acceptance Testing as required by this Section within the
allocated time cause the General Contractor to be late and have to pay liquidated damages
to the Owner,the MFSS agrees to pay the General Contractor liquidated damages in the
amount of$2000 for each calendar day of the delay until the Work is completed.
8. During Acceptance Testing,the OWNER's personnel shall operate the Membrane
Filtration System.
B. Coordination
1. The MFSS shall coordinate all services and activities required by this Section with the
General Contractor,OWNER and ENGINEER.
-- 2. A one-day pre-meeting shall be held with the MFSS,General Contractor,OWNER,and
ENGINEER at the OWNER's facility to outline and review the requirements of the
Acceptance Testing prior to MFSS issuing the submittals as described in paragraph 1.02
. herein.
01670.130C 01670-1 Section 01670—Acceptance Testing of
Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.02 SUBMITTALS
A. The MFSS shall prepare and submit to OWNER/ENGINEER a detailed"Acceptance Testing
Plan and Protocol"for review and approval.No Acceptance Testing shall commence until the
Acceptance Testing Plan and Protocol have been approved.
A. Upon completion of the Acceptance Testing,the MFSS shall submit to OWNER a written
report detailing the results of the Acceptance Testing, including a copy of all field notes and test
data.
PART 2 PRODUCTS
2.01 The MFSS shall furnish all membrane Clean-In-Place chemicals, membrane maintenance
cleaning chemicals, neutralization chemicals,and materials, instruments,and incidental and
expendable equipment required during Acceptance Testing of the membrane equipment.
PART 3 EXECUTION
3.01 ACCEPTANCE TESTING R
A. Upon completion of the Commissioning of the Goods in accordance with the requirements of
Section 01660,Commissioning of Membrane Equipment,the MFSS shall perform an —
Acceptance Test on the System. Each process train/cell shall be evaluated separately for
performance. Tests on two or more process cells may be conducted concurrently at the
discretion of the OWNER, subject to the water supply demands of the Fort Worth Water
Department.
B. The purpose of the acceptance testing is to demonstrate that equipment is: —
1. Properly installed;
2. Ready to be placed into service by OWNER; and
3. In compliance with the service conditions,performance requirements, material
specifications,and all other requirements of the Contract Documents. In particular,
Acceptance Testing shall confirm that all membrane trains/cells operate at the flux rates
and recovery rate specified,using the chemical quantities bid,demonstrating the frequency
of maintenance washes and CIPs bid and specified,and demonstrating the energy —
consumption bid.
4. For demonstration of the energy consumption bid by the MFSS in Part B, Proposal, a -
minimum 48-hour continuous energy consumption test shall be conducted while operating
the Membrane Filtration System at 10-mgd net filtrate capacity.The rate of energy
consumption in KW-Hr shall be measured by the OWNER at the power meter of the circuit
feeding the Membrane Filtration System. All meters and instruments used for recording
power consumption shall be calibrated against a standard which is certified through the
National Bureau of Standards.
C. The MFSS shall furnish all materials,calibrated instruments,CIP, neutralization and
maintenance wash chemicals,and incidental and expendable equipment required for
Acceptance Testing.
01670.DOC 01670-2 Section 01670—Acceptance Testing of
Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
D. From the commencement of the Acceptance Testing until the successful completion of
Acceptance Testing on the first process cell,a representative of the MFSS shall be present on-
site at all times from 7 AM until 4 PM Monday through Friday.
E. OWNER or an authorized representative of OWNER will be present to witness the Acceptance
Testing.
F. The MFSS shall keep detailed notes regarding the Acceptance Testing and record all test data
and results.This will be done through operation of the data logging system. Upon successful
completion of the Acceptance Testing,the MFSS shall submit a written report on the
Acceptance Testing, as specified in Paragraph l.02.13 of this Section.
G. After the Acceptance Testing is completed, ENGINEER and OWNER will meet with the MFSS
to determine compliance with the Contract Documents. If the System does not perform in
accordance with the Contract Documents,the MFSS shall return or remain on site to perform
l all necessary corrections at the cost of the MFSS until compliance with Contract Documents is
demonstrated.
H. If any items arise and are identified by the MFSS that appear to cause the System to fail,the
OWNER may,at the request of the MFSS,allow for immediate modifications to the System,
and a restart of the acceptance test run. If the Acceptance Testing is interrupted at the request
of the MFSS or by the non-conformance of the MFSS's equipment,OWNER or ENGINEER
may require that Acceptance Testing be restarted from the beginning, at no cost to OWNER.
1. Any interruption of the Acceptance Testing caused by circumstances beyond the control of the
MFSS shall not require the testing to be restarted from the beginning. Such events include the
performance of Training Activities that would result in an inadvertent or unplanned shutdown
of the PLC/HMI control System or otherwise interfere with the Acceptance Test. The elapsed
time of Acceptance Testing prior to the interruption will be applied to the required testing
period.
{ J. The OWNER shall be responsible for flushing and disposing of the membrane preservative.
K. Calculation of Liquidated Damages for Excess Energy Consumption: If the normalized HW-Hr
measured during the energy consumption test is greater than the Average Rate of Energy
Consumption bid by MFSS in the Proposal,the OWNER will deduct the KW-Hr difference(per
10-MGD production)multiplied by$263 per KW-Hr from the General Contractor's Final
- Payment. The MFSS agrees to pay the General Contractor the liquidated damages
incurred for excess energy consumption of the Membrane Filtration System.
END OF SECTION
01670.DOC 01670-3 Section 01670—Acceptance Testing of
Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE INTENTIONALLY LEFT BLANK
r
01670.DOC 01670-4 Section 01670—Acceptance Testing of
Membrane Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01680
OPERATIONS ASSISTANCE
PART1 GENERAL
1.01 DESCRIPTION
A. Description of Work:
1. Operation Assistance to OWNER: The MFSS shall provide instruction, supervision,and
general operations assistance to OWNER's Personnel to properly operate and maintain the
membrane filtration system during the times from the commencement of commissioning
until the Warranty Start Date is issued.
1.02 QUALITY CONTROL/QUALITY ASSURANCE(QA/QC)
A. Manufacturers Field Services
1. The operations assistance shall be conducted on-site by an authorized,experienced,
employee of the MFSS.
2. Include class training, hands-on,theory fundamentals,operating efficiencies,etc.
- END OF SECTION
01680.130C 01680-1 Section 01680—Operations Assistance
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
Im
THIS PAGE INTENTIONALLY LEFT BLANK
01680.DOC 01680-2 Section 01680—Operations Assistance
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01715
EQUIPMENT OPERATION AND MAINTENANCE TRAINING
PART1 GENERAL
1.01 DESCRIPTION
A. This Section describes the requirements of MFSS representatives for the training of operation
and maintenance personnel in the proper operation and maintenance of the membrane filtration
system.
B. The goal and intent of the training of operation and maintenance personnel specified herein is
to provide technically accurate and current information on the theory,practical operation and
maintenance,hands-on or field experience of the membrane filtration system.
C. At the completion of each level of training submit a certificate in the form attached to this
Section,from the MFSS and signed by OWNER's representative stating that the operating
personnel have been suitably instructed in the operation, lubrication and care of the system.
D. Description of Work:
1. Training shall commence after the"Notice of Completed Commissioning" is issued.
a. Training shall be completed in conjunction with Section 01670,Acceptance
Testing of Membrane Equipment.
b. Training of OWNER's personnel shall commence within a period of five to 21
days after the"Notice of Completed Commissioning"has been issued as mutually
- agreed to by OWNER,ENGINEER,and MFSS.
C. Training shall be conducted for first shift(normal working hours), second shift
(afternoon working hours),and third shift(night working hours)operators.
d. Training shall be completed within 60 days after commencement.
e. OWNER shall document the time when the facilities are substantially unavailable
for use by the MFSS to perform training. If in the sole opinion of OWNER the
facilities are substantially unavailable to the MFSS,equivalent additional time for
4 training will be granted.
f. Failure of the MFSS to complete the Training as required by this Section within the
allocated time, shall constitute a failure of the MFSS to provide Special Services in
accordance with the requirements of the Goods and Special Services Agreement.
The MFSS shall be assessed Liquidated Damages in accordance with Article 8 of
-- the Goods and Special Services Agreement until Training is complete.
g. Upon successful completion of the Training required by this Section,OWNER will
issue a"Notice of Completed Training".
01715.130C 01715-1 Section 01715—Equipment Operation
and Maintenance Training
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. The MFSS shall provide the services of factory-trained specialists to train OWNER's
personnel in the recommended operation and the preventive maintenance procedures for
all equipment provided by the Contract Documents.
3. The requirements of this Section shall be coordinated with the requirements of Division
13. -
4. The MFSS shall provide a combination of classroom and hands-on training. All training
shall be conducted at OWNER's location.
5. Three Levels of Training Shall Be Provided.
Maximum Classroom Hands-On
Number of Training Training
Number Participants (Hours per (Hours per
Level of Training of Shifts per Shift Shift) Shift)
Membrane System 3 20 16 32
Component 3 20 40 40
Equipment
Instrumentation and 3 20 16 20
Control Equipment
6. The MFSS shall be responsible for all costs associated with training and shall provide
required materials,texts,and supplies.
7. Training shall be conducted in normal eight(8)hour working days until conclusion of the --
training course.
8. Training sessions may be video taped by OWNER at OWNER's expense.
9. All training material shall be provided to OWNER in electronic format.
10. Training shall be performed by the MFSS and manufacturer's representatives of
component equipment.The MFSS shall be responsible for the training on the design and
operation of the equipment and systems provided. This includes:
a. Membrane System
1) Membrane Filtration Theory -
2) Membrane Filtration Process Trains
3) Membrane Filtration Processes
a) Start Up, Shut Down
b) Filtration,Backwashing
c) Clean In Place
01715.DOC 01715-2 Section 01715—Equipment Operation
and Maintenance Training
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
d) Maintenance Cleaning
e) Integrity Testing and Module Repair
4) Routine and Non-Routine Maintenance
b. Component Equipment Training
1) Division 11, Equipment: pumps, blowers,compressors
2) Division 15, Mechanical: valves and actuators
� C. Instrumentation and Control Component Equipment Training
1) Switches
2) Meters and Transmitters
3) Analyzers
d. Instrumentation and Control Process Logic Control/FIMI Training
1) Process Logic Control Equipment
2) HMI System Training
e. Foundation Fieldbus Training
— 1) Theory
2) Instruments
3) Process Logic ControUHMI
11. Component Equipment Suppliers: The MFSS shall retain the services of manufacturers'
representative(s)for on-site training of the OWNER'S personnel for the following
equipment provided by the MFSS.
a. Feed/filtrate Pumps
b. Permeate Pumps
C. Compressors
d. Blowers
e. Process Logic Control Equipment
M f. PCS System Programming
g. Foundation Fieldbus Interface
01715.130C 01715-3 Section 0 17 15—Equipment Operation
and Maintenance Training
l 1/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
h. Other equipment provided by the MFSS where the MFSS is not qualified to
provide authorized factory level training
E. Six months after the Notice of Substantial Completion of the Membrane System, the MFSS
shall provide a refresher training course on-site for the OWNER's personnel.
1. The MFSS shall provide five (5) days of operation and maintenance training covering
system equipment provided.
2. The training course shall be a refresher course covering the Membrane Filtration System.
3. The training course shall be a refresher course covering the PLC control system and HMI
stations.
F. Coordination:
1. The MFSS shall coordinate these services at times acceptable to OWNER,with a
minimum of 10 days prior notice.
1.02 QUALITY CONTROL/QUALITY ASSURANCE(QA/QC)
A. The qualifications of specialists shall meet the requirements of this Section and are subject to _
approval by OWNER/ENGINEER.
1.03 SUBMITTALS
A. Training Manuals shall be provided with the PRELIMINARY O&M Manuals. Refer to Section
01730, Installation,Operation and Maintenance Manuals.
B. The MFSS shall develop and submit to ENGINEER and OWNER a Training Manual Plan.The
Training Manual Plan shall include the elements presented in this Section or as required by the
MFSS or component equipment supplier.
C. The MFSS shall prepare a Training Lesson Plan,provide qualified instructors,and schedule the
training in an organized manner.
1. Proposed lesson plans for scheduled instruction shall be submitted four(4)weeks prior to
the commencement of training. Lesson plans shall be approved by ENGINEER a _
minimum of 7 days prior to scheduled instruction.All training material shall be provided
to OWNER in electronic format.
2. Credentials for the MFSS's designated instructor(s)shall be submitted thirty(30)days
prior to the commencement of training. Credentials shall include a brief resume and
specific details of the instructor(s)pertaining both to personal experience operating and
maintaining the specified equipment and conducting operation and maintenance for the
same equipment.
3. The MFSS's proposed lesson plans shall detail specific instruction topics. Training aids
to be utilized in the instruction shall be referenced and attached where applicable to the
proposed lesson plan. "Hands-on" demonstrations planned for the instruction shall be
described in the lesson plan. _
01715.DOC 01715-4 Section 01715—Equipment Operation
and Maintenance Training _
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
4. The MFSS shall indicate the estimated duration of each segment of the training in the
lesson plan.
1.04 SPECIAL PROJECT CONSIDERATIONS
= A. Training Aids
1. The MFSS's instructor shall incorporate training aids as appropriate to assist in the
instruction. As a minimum,the training aids shall include text and figure handouts. Texts
shall be bound within three-ring binders. Other appropriate training aids are:
a. Audio-visual aids(e.g., films, slides,videotapes,overhead transparencies, posters,
= blueprints,diagrams,catalogue sheets)
b. Equipment cutaways and samples(e.g., spare parts and damaged equipment)to be
left with Owner
C. Tools(e.g.,repair tools, customized tools, measuring and calibrating instruments)
2. The MFSS's instructor shall utilize descriptive class handouts during the instruction.
Photocopied class handouts shall be good quality reproductions. Class handouts should
_ accompany the instruction with frequent reference made to them. Customized handouts
developed especially for the instruction are required. Handouts planned for the
instruction shall be attached with the manufacturer's proposed lesson plan.
B. "Hands—On Demonstration"
1. The MFSS's instructor shall present "hands-on" demonstrations of operations and
maintenance of the MFSS supplied and component equipment. The proposed"hands-on"
demonstrations should be described in the MFSS'S proposed lesson plan.
PART 2 PRODUCTS(NOT USED)
PART 3 EXECUTION
3.01 OPERATOR TRAINING
A. Training: The instruction lesson plan shall include the following as a minimum:
1. Equipment Operation:
a. Describe equipment's operating(process)function
b. Describe equipment's fundamental operating principals and dynamics
C. Identify equipment's mechanical, electrical,and electronic components and features
d. Identify all support equipment associated with the operation of subject equipment
(e.g.,compressed air intake filters,valve actuators, motors)
e. Recommend standard operating procedures to address start-up, routine monitoring,
and shut-down of the equipment
01715.DOC 01715-5 Section 01715—Equipment Operation
and Maintenance Training
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
f. Lockout/tagout procedures
2. Detailed Component Description:
a. Identify and describe in detail each component's function
b. Group related components into subsystems,where applicable. Describe subsystem
functions and their interaction with other subsystems
C. Identify and describe in detail equipment safeties and control interlocks
3. Equipment Preventive Maintenance(PM):
a. Describe PM inspection procedures required to:
1) Perform an inspection of the equipment in operation y
2) Spot potential trouble symptoms and anticipate breakdowns
3) Forecast maintenance requirements(predictive maintenance) -
b. Define the recommended PM intervals for each component
C. Provide lubricant and replacement part recommendations and limitations
d. Describe appropriate cleaning practices and recommend intervals
e. Identify and describe the use of special tools required for maintenance of the u
equipment
f. Describe component removal/installation and disassembly/assembly procedures
g. Perform "hands-on" demonstrations of all preventive maintenance procedures
h. Describe recommended measuring instruments and procedures,and provide
instruction on interpreting alignment measurements,as appropriate
i. Define recommended torquing,mounting,calibration,and/or alignment procedures —
and settings,as appropriate
j. Describe recommended procedures to check/test equipment following a corrective
repair. T
4. Equipment Troubleshooting:
a. Define recommended systematic troubleshooting procedures
b. Provide component specific troubleshooting checklists
C. Describe applicable equipment testing and diagnostic procedures to facilitate
troubleshooting
END OF SECTION
01715.DOC 01715-6 Section 01715—Equipment Operation
and Maintenance Training
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
rr
EQUIPMENT/SYSTEM MANUFACTURER'S CERTIFICATE OF INSTRUCTION
Owner: City of Fort Worth,Texas
Project: Northwest Water Treatment Plant
Membrane Filtration System
.. Contract
EQUIPMENT DESCRIPTION
I ,Authorized representative of
(Print Name)
(Print Manufacturer's Name)
hereby CERTIFY that
(Print equipment name and model with serial No.)
OWNER assigned operating personnel have been suitably instructed in the operation, lubrication,and
care of the unit[s] on Date: Time:
CERTIFIED BY: DATE:
(Signature of Manufacturer's Representative)
w
01715.DOC 01715-7 Section 01715—Equipment Operation
and Maintenance Training
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
OWNER'S ACKNOWLEDGMENT OF MANUFACTURER'S INSTRUCTION
[I] [We]the undersigned,authorized representatives of the
and/or Plant Operating Personnel have received classroom and hands on instruction on the operation,
lubrication,and maintenance of the subject equipment and [am] [are] prepared to assume normal
operational responsibility for the equipment: -
DATE:
DATE:
DATE: _
DATE:
DATE:
DATE:
DATE:
DATE:
DATE:
01715.DOC 01715-8 Section 01715—Equipment Operation
and Maintenance Training
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01730
INSTALLATION, OPERATION AND MAINTENANCE MANUALS
PART 1 GENERAL
1.01 SCOPE OF WORK
A. This Section includes procedural requirements for:
_ 1. Installation of Membrane Filtration System
2. Operation and maintenance(O&M)of Membrane Filtration System
B. The term "Operation and Maintenance Manual"includes all product related information and
documents which are required for preparation of the Membrane Filtration System O&M
Manual, and data that is required for inclusion by current regulations of any participating
government agency or as a provision of a membrane system warranty.
C. Delivery of Installation,Operation, and Maintenance Manuals shall be handled in the following
manner:
1. Installation Manuals are due 30 days before the first shipment of Goods are delivered to
the Point of Destination.
2. Preliminary O&M Manuals are due 30 days before Commissioning. Such manuals
should be used during the Training of OWNER personnel.
3. Final O&M Manuals are due 15 days after the completion of Acceptance Testing. The
"Notice of Substantial Completion of the Membrane Filtration System"will not be issued
until after final O&M manuals are submitted by the MFSS to OWNER.
D. The O&M Manual shall include, but not be limited to,the following
1. Equipment function, operating characteristics, limiting conditions, operating instructions
and procedures for startup,normal and emergency conditions, shutdown and storage
2. Safety considerations relating to installation, operation and maintenance procedures
3. Calibration procedures
4. Routine and preventive maintenance instructions
5. Lockout/tagout procedures
6. Procedures for disassembly, reassembly, alignment, adjustment,and inspection
instructions
7. Recommended spare parts list to maintain equipment in service
01730.doc 01730-1 Section 01730—Installation,Operation
and Maintenance Manuals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
8. Special Tools
a. For MFSS equipment,provide list of special tools included and required for
installation checking,testing,parts replacement,and maintenance
b. For component equipment, a list of special tools,materials,and supplies furnished
with equipment for use prior to and during startup and for future maintenance with
current price information
9. For Membrane Filtration System equipment, provide name,address and telephone number
for local sources of equipment and/or replacement parts
10. Operational log sheets and maintenance schedules -
11. Material Safety Data Sheets(MSDSs)for any applicable item(chemicals,oils, lubricants,
etc)provided by the MFSS
12. Furnish lubricants of the type and grade necessary to meet the requirements of the
equipment. Provide lubricants that are NSF Standard 61 approved as food grade and that
are compatible for use in public potable water supplies
13. Warranty Information, Bond(s),and Service contract(s), if applicable
14. Equipment Specific and Factory Test Report information shall include:
a. Tag name, Model and Serial number of the equipment provided Y
b. Name,address,and phone number of manufacturer,manufacturer's local service _
representative
C. Factory Test Reports where applicable
d. Approved Shop Drawings(including equipment drawings,schematics,circuit
diagrams)
15. Routine and preventive maintenance instructions include all information and instructions
required to keep equipment properly lubricated,adjusted,and maintained so that the item
functions as intended throughout its full design life. Routine and preventive maintenance —
instructions shall include,but not be limited to,the following:
a. Written explanations with illustrations for each preventive maintenance task T
b. Recommended schedule for execution of preventive maintenance tasks
C. Lubrication charts shall include a table of alternative lubricants naming at least two
alternate lubricant manufacturers,with applicable product numbers,for each
application
d. Troubleshooting instructions
e. List of required maintenance tools and equipment
01730.doc 01730-2 Section 01730—Installation,Operation
and Maintenance Manuals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.02 REFERENCE SPECIFICATIONS
A. Division 9, Painting
B. Division 11, Equipment
C. Division 13, Instrumentation and Controls
D. Division 15, Mechanical
1.03 RELATED WORK
A. Section 01300, Submittals
B. Section 01715, Equipment Operation and Maintenance Training
C. Section 01740, Warranties
1.04 COORDINATION
A. The MFSS shall coordinate the delivery and incorporation of O&M Manuals prepared for
this project by the MFSS or provided from the Membrane Filtration System equipment
suppliers. The MFSS shall develop an O&M Manual for the equipment and systems
designed and provided by the MFSS under this contract.
1.05 SUBMITTALS
A. General
1. Installation,Commissioning,Training of any process,or piece of equipment shall not be
permitted until the respective INSTALLATION or PRELIMINARY manuals have been
received and approved by ENGINEER as being sufficient in content to allow the
completion of the work.
2. O&M Manuals shall be submitted in three-ring binders with a table of contents and index
tabs to identify the various items.
3. The table of contents shall reference the applicable specification section(s)for each item
and shall be included in each volume of multi-volume manuals.
4. O&M manuals shall use dividers and indexed tabs between major categories of
information such as Operating Instructions,Preventive Maintenance Instructions, etc.
5. O&M manuals shall use 8-1/2-inch by 11-inch acid free paper of high rag content and
quality. All text must be legible,type-written or machine printed originals or high quality
copies.
6. Each page shall have a binding margin of approximately 1-1/2 inches and be punched for
placement in a three-ring"D"style loose-leaf binder,which shall be provided by the
MFSS along with the submittal. Each binder shall be no more than 3 inches. Each binder
shall be properly labeled and categorized.
01730.doc 01730-3 Section 01730—Installation,Operation
and Maintenance Manuals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
7. Drawings: Provide full size blueprints(24 x 36)and Half-size black line(I I x 17)
reproductions shall be provided for all project drawings.
8. Electronic File Format for CD
a. All MFSS O&M Manual information shall be supplied to OWNER as electronic file —
format that it was originally developed and in condensed portable document format
(.PDF format).
b. All component equipment manuals shall be provided in .PDF format.
C. All Project drawings("as-built")shall be provided in AutoCAD 2002 and .PDF _
format.
9. Equipment Identification
a. Identify products and components by their Tag and descriptive names.The use of
cryptic model or catalog numbers or letters for identification shall not be acceptable.
b. Indicate all components of the equipment on catalog pages by highlighting or some
other clearly definable medium for ease of identification.
B. Letter of Transmittal
1. The MFSS shall provide a Letter of Transmittal with each submittal and include the
following in the letter:
a. Date of submittal
b. Contract title and number
C. MFSS's name and address
d. A list of the attachments and the Sections of the Manual to which they relate
e. Reference to or explanation of related submittals already made or to be made at a
future date
C. The MFSS shall prepare INSTALLATION Manuals for the Installation of the Goods by
the General Contractor for the installation work.
1. The MFSS shall submit six(6)copies marked"INSTALLATION"of each required O&M
manual. Each manual shall contain a CD containing the information contained in the
manual.
2. The MFSS shall organize the"INSTALLATION"manuals as follows
a. MFSS Equipment Installation Manual -
i.MFSS Equipment Installation Instructions
01730.doc 017304 Section 01730—Installation,Operation
and Maintenance Manuals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
ii.General Contractor Training Information
iii. Equipment Cross-Reference Schedules
1. For all tagged devices supplied,the MFSS shall develop an
"Equipment Cross Reference Schedule"that matches the Tag to the
appropriate equipment manual. The equipment schedule shall include
the pertinent information associated with the equipment including tag
number,description, functional name location,component equipment
model, part number, size,materials, accessories and range. The
equipment cross-reference schedule shall be provided in the form of a
4. Microsoft Excel(.XLS)spreadsheet.
b. Component Equipment O&M Manuals
i. Division 11,(excluding Membrane Filtration System equipment)and Division 15
approved or"as constructed by MFSS"shop drawing submittals and equipment
Installation,Operational and Maintenance Manuals.
C. Instrumentation and Control Equipment Manuals
i. Includes all Division 13 approved or"as constructed by MFSS"shop drawing
submittals and equipment Installation Operational and Maintenance Manuals.
d. Electrical Equipment Manuals
i. Includes all electrical equipment approved or"as constructed by MFSS"shop
drawing submittals and equipment Installation,Operational and Maintenance
Manuals.
e. All"As Constructed"Project Drawings
D. PRELIMINARY O&M Manual:
- 1. The MFSS shall submit six(3)copies marked"PRELIMINARY"of each required O&M
manual and the training plan.
2. The MFSS shall organize the PRELIMINARY O&M Manuals as follows:
a. MFSS Equipment O&M Manual
i.Includes O&M and Preventative Maintenance Instructions
ii.Includes Detailed Plan of Commissioning Activities
iii.Includes the equipment cross-reference schedule
01730.doc 01730-5 Section 01730—Installation,Operation
and Maintenance Manuals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. Component O&M Manuals
i. Division 11,(excluding membrane equipment)and Division 15 approved or"as
constructed by MFSS"equipment Installation,Operational and Maintenance
Manuals.
c. Instrumentation and Control O&M Manuals
i.Includes all Division 13 equipment Installation Operational and Maintenance
Manuals.
d. Electrical Equipment Manuals
i.Includes all electrical equipment shop drawing submittals and equipment
Installation,Operational and Maintenance Manuals.
e. Equipment Specific and Factory Test Reports Manual
f. MFSS and Component Equipment Suppliers Training Manual(s) -
g. All"As Constructed"Project Drawings
3. After the Acceptance Testing has been completed the MFSS shall revise and resubmit the
FINAL O&M Manuals for the project to incorporate review comments from the
preliminary O&M manuals. Six(6)final copies of each of the required Operation and ..
Maintenance Manuals shall be submitted. Each manual shall contain a CD containing the
information contained in the manual.
E. FINAL O&M Manual(s):
1. The MFSS shall submit six(6)copies marked"FINAL"of each required O&M Manual.
Each manual shall contain a CD containing the information contained in the manual.
2. The MFSS shall organize the FINAL O&M Manuals as follows:
a. MFSS Equipment O&M Manual
i.This O&M Manual will be provided"as new in its entirety." _
ii.Includes O&M and Preventative Maintenance Instructions
iii.Includes an equipment cross-reference schedule
iv.Includes a FINAL CD
b. Component O&M Manuals
i.This Manual will include only changes from the PRELIMINARY to FINAL
Versions.The MFSS shall provide new Manual Covers or Binders
01730.doc 01730-6 Section 01730—Installation,Operation
and Maintenance Manuals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
ii.Division 11, Equipment, (excluding membrane equipment)and Division 15,
Mechanical approved or"as constructed by MFSS"equipment Installation,
Operational and Maintenance Manuals
iii.Includes a FINAL CD
C. Instrumentation and Control O&M Manuals
i.The MFSS PCS Manuals will be provided"as new in its entirety."
ii.The component equipment manuals include only changes from the
PRELIMINARY to FINAL Versions. The MFSS shall provide new Manual
Covers or Binders
iii.Includes all Division 13, Instrumentation and Controls,equipment O&M Manuals
iv.Includes a FINAL CD.
d. Electrical Equipment Manuals
i.The Electrical Equipment Manuals include only changes from the PRELIMINARY
v to FINAL Versions. The MFSS shall provide new Manual Covers or Binders
ii.Includes all electrical equipment shop drawing submittals and component
equipment O&M Manuals
iii.Includes a FINAL CD
` e. Equipment Specific and Factory Test Reports Manual
i.The FINAL Factory Test Report manual shall include only changes from the
- PRELIMINARY to FINAL Versions for Component Equipment. The MFSS shall
provide new Manual Covers or Binders.
f. Commissioning Test Reports Manual shall include:
i.Results of all installation inspection,field calibration,and field testing reports
_ prepared during the commissioning of the facility
ii.Results of membrane module installation and integrity testing
iii.Results of Acceptance Testing
g. All"as installed"project drawings will be provided"as new in its entirety"and
include a FINAL CD.
F. The Operation and Maintenance Data for this project shall be contained in a manual consisting
of one or more volumes specifically assembled for this project. Each volume of the Manual
shall contain O&M data for one or more pieces of equipment. Each volume shall either be a 3-
ring or 3 post binder no greater than 4-inches thick. Each volume shall be labeled on front
a cover and binding edge as follows:
01730.doc 01730-7 Section 01730—Installation,Operation
and Maintenance Manuals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
NORTHWEST WATER TREATMENT PLANT
MEMBRANE FILTRATION SYSTEM `
OPERATION AND MAINTENANCE DATA
VOLUME NO. of
SECTION THROUGH
G. Material:
o Typed pages: Loose leaf on 20 pound bond minimum,white, punched paper
o Holes reinforced with plastic cloth or metal
o Page size, 8-1/2-in by 11-in
o Drawings: Diagrams, illustrations,and attached foldouts as required,of
original quality, reproduced by dry copy method. If drawings are larger than
11"x 17", fold larger drawings to size of text pages and include in clear plastic
pockets.
o Provide indexed tabs for each product and piece of equipment.
o Binding: Provide binders for all submittals to be of commercial quality post-
or ring-type with durable,oil,moisture and wear resistant plastic covers.
H. Contents for Each Volume
1. Table of Contents: Provide title of project,names,addresses and telephone numbers of
ENGINEER,OWNER and General Contractor with name of responsible parties;
schedule of products and systems, indexed to content of the volume.
2. For each Product or System: List names, addresses and telephone numbers of
Subcontractors and suppliers; including local source of supplies and replacement parts.
a. The manual for each piece of equipment shall be a separate document with the
following specific requirements:
i. Contents:
o Table of contents and index
o Brief description of each system and components
o Starting and stopping procedures
o Special operating instructions
o Routine maintenance procedures
01730.doc 01730-8 Section 01730—Installation,Operation
and Maintenance Manuals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
o Lockout/tagout procedures
o Manufacturer's printed operating and maintenance instructions, parts
list, illustrations and diagrams
o One copy of each wiring diagram
o One copy of each approved shop drawing
o List of spare parts, manufacturer's price,and recommended quantity
o Name, address and telephone numbers of local service representatives.
3. Product Data/Equipment Numbers: Mark each sheet to clearly identify specific products
TM and component parts and data applicable to installation along with the Equipment
Number reference from the Contract Documents. Delete inapplicable information.
4. Drawings: Supplement product data to illustrate relations of component parts of
equipment and systems,to show control and flow diagrams. Do not use Project Record
Documents as maintenance drawings.
5. Type Text: As required to supplement product data. Provide logical sequence of
instructions for each procedure, incorporating manufacturer's instructions specified.
6. Warranties are as specified in Section 01740.
7. All text shall be written in English and at a minimum, in units of foot-pound-seconds.
8. If multiple binders are used,the data shall be correlated into related, logical groupings.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
END OF SECTION
01730.doc 01730-9 Section 01730—Installation,Operation
and Maintenance Manuals
11/30/2007
w
City of Fort Worth
Northwest WTP—Membrane Filtration System
r.
w
THIS PAGE INTENTIONALLY LEFT BLANK
01730.doc 01730-10 Section 01730—Installation,Operation
and Maintenance Manuals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01740
= WARRANTIES
PART1 GENERAL
1.01 SCOPE OF WORK
A. This Section specifies the membrane system equipment and module warranty.
1.02 RELATED WORK(NOT USED)
1.03 MEMBRANE SYSTEM WARRANTY
A. Membrane System and Appurtenances Warranty
1. MFSS's responsibility for correcting all non-conformities in the Membrane Filtration
System and appurtenances supplied,with the exception of the membrane modules,will
extend for a period of two years after the date of the Final Completion of the Northwest
Water Treatment Plant Project or six months after completion of the Membrane Filtration
System Acceptance Testing,whichever occurs first(termed"Warranty Start Date").
Warranty of the membrane modules shall meet the requirements of Article 1.04 of this
Section.OWNER will issue a letter to the MFSS indicating the Warranty Start Date.
2. During the Warranty Period for membrane system and associated appurtenances,the
MFSS shall furnish an equipment warranty certificate assuring the Membrane Filtration
Units and System(including Membrane Modules)will meet the service conditions
specified.
T 3. The MFSS warrants satisfactory performance of the Goods to achieve equipment
performance(i.e.,design flows,water recovery,chemical usage,power usage,and
chemical cleaning intervals)and water quality(i.e., integrity failure)objectives.
{ 4. If the Goods are non-conforming and not able to conform to the equipment performance
objectives, OWNER will notify the MFSS in accordance with the procedures identified in
General Conditions of the Construction Contract,presented in Appendix A. OWNER
shall make available to the MFSS electronic records for MFSS review. The MFSS shall
be given 10 days to develop a plan to remedy the non-conformance.
5. If within 60 days after the notification to the MFSS of equipment non-conformance it has
become apparent to OWNER that the remedy proposed by the MFSS is not acceptable to
OWNER,OWNER will provide notice to the MFSS that the conditions for breach of
- contract exist. If within 30 days an acceptable remedy is not obtained, OWNER shall
notify the MFSS that a breach of contract exists.
6. If the non-conforming condition results in greater chemical usage rates for cleaning and/or
neutralization than those projected by MFSS in Part B,Proposal to allow the system to
produce the design flow rates,the MFSS shall reimburse OWNER for all costs associated
with purchasing the additional amount of chemical needed. This chemical reimbursement
01740.doc 01740-1 Section 01740—Warranties
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
requirement shall remain in effect during the correction period,which starts when MFSS
is notified and ends when MFSS has corrected the non-conforming condition(s)and
chemical usage amounts have returned to the levels projected by MFSS in Part B,
Proposal.
a. Note, if MFSS's proposed correction results in an increase to the baseline chemical F
usage requirements, MFSS shall reimburse OWNER for the additional chemical costs
as outlined in Paragraph 1.04 below.
1.04 MEMBRANE MODULE WARRANTY
A. Membrane Module Warranty
1. The MFSS warrants that the membrane modules will be used in the treatment of lime
softened; coagulated and settled drinking water and that the membrane modules are fit for _
the purpose intended as defined in Section 11300 A or B. Membrane modules shall
comply with the concept of linear scalability as defined in the Special Engineering
Services Agreement.
2. The MFSS's Membrane Module Warranty period shall commence with the Warranty Start
Date and continue until the end of the pro-rata warranty period. The membrane module
warranty shall consist of two parts,a full replacement warranty period,and a pro-rats —
warranty period.
a. Full Replacement Warranty
i. For membrane modules supplied as part of the original equipment installation,the
full replacement warranty period shall last for a period of 24 months after the
Warranty Start Date.
ii. For membrane modules provided to address warranty claims after the Warranty _
Start Date,the full replacement warranty period shall last for a period of 24
months from the date of membrane module installation.
iii. OWNER shall record and maintain records of the date of installation for
membrane modules.
b. Pro-Rata Warranty
i. For membrane modules supplied as part of the original equipment installation, the
pro-rata warranty period shall commence with the end of the full replacement
period and last for a period of 120 months after the Warranty Start Date.
ii For membrane modules provided to address warranty claims after the Warranty
Start Date,the Pro-Rate warranty period shall last for a period of 120 months from
the date of membrane module installation.
iii. OWNER shall record and maintain records of the date of installation for
membrane modules.
Ot740.doc 01740-2 Section 0t740—Warranties
t t/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
c. Replacement membrane modules purchased by OWNER or otherwise provided as
membrane module replacement under warranty shall be provided with the same
*- warranty as the membrane modules provided as part of the original equipment
installation.
3. The MFSS warrants that the membrane modules will be free from non-conformance in:
a. Materials;
y b. Workmanship;
c. Membrane integrity criteria;and
d. Ability to meet specified performance.
4. After final acceptance of the Membrane Filtration System, if the membrane modules are
determined to be non-conforming with respect to the parameters of membrane
performance or integrity criteria,the MFSS will remedy in accordance with the General
Conditions of the Construction Contract, presented in Appendix A.
a. Non-conforming membrane modules(e.g., Integrity Failure)may be returned to
service under the conditions outlined in Paragraph 1.04.F.
b. If within 60 days after the notification to the MFSS of equipment non-conformance it
T has become apparent to OWNER that some membrane modules are not able to meet
the provisions the Membrane Module Warranty,OWNER will provide the MFSS with
a breach of warranty claim.
5. Limitation of Membrane Module Warranty: OWNER recognizes that the occurrence of
any of the following shall void the membrane module warranty.
a. Physical Damage or Faulty Installation of the membrane modules by others
b. Unauthorized alteration of components manufactured by the MFSS
c. Use of chemical cleaning solutions or procedures other than solutions and procedures
approved by the MFSS
. d. Exposure of the membranes to unforeseen chemical constituents at concentrations
above levels for times unacceptable to the MFSS. The limitations of unforeseen
chemical constituents are subject to the following conditions:
i. The MFSS is responsible to provide to OWNER a listing of the known chemicals
and concentrations and time of exposure that could damage the membrane
material or result in irreversible fouling. These unacceptable chemical conditions
should be included in the O&M manual and reviewed in the operator training.
ii. MFSS is responsible for the identification of water quality parameters,
instrumentation and control programming required to satisfy and maintain
membrane module warranty provisions. The MFSS shall establish the
instrumentation alarms limits that would prevent the operation of the equipment
01740.doc 01740-3 Section 01740—Warranties
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
outside of MFSS established limits.
e. Improper maintenance of equipment. A description of proper maintenance procedures
shall be included in the O&M manual and reviewed in the operator training.
f. Failure of OWNER to maintain electronic operational logs as required by the MFSS.
OWNER will not be responsible for the maintenance of manual(handwritten)
operational logs. The maintenance of electronic logs is subject to the following
conditions:
i. The MESS is responsible to provide OWNER a listing of the operational data
points that are to be electronically logged _
ii. MFSS is responsible for the control programming of data points that are to be
electronically logged }
iii. MFSS shall identify minimum frequencies of logging of all operational data
points required by the MFSS to maintain membrane module warranty provisions.
iv. The MFSS shall provide the necessary hardware, software, and protocols for
archiving operational data.
v. The MFSS shall establish the alarms limits that would prevent operation of the
equipment outside of MFSS established limits
vi. The MFSS shall be solely responsible for the identification and programming of
system interlocks that would result in the operation of the system outside of the
parameters required by the MFSS. OWNER will not be responsible for errors in
MFSS developed programming that would result in operation of the system
outside of the MFSS established limits.
vii. OWNER will not be responsible for malfunctioning of instruments or control
system that result in a loss of data or data accuracy.
g. In the event of a warranty claim, failure of OWNER to provide the MFSS with
electronically logged operational parameters
6. Changes in the MFSS established operational and maintenance guidelines cannot be
applied retroactively to invalidate the membrane module warranty.
B. To satisfy warranty requirements,the MFSS may provide replacement membrane modules for some
or all of the non-conforming membrane modules,or may provide additional membrane modules to
fill empty slots for membrane modules within the process trains, if available,under the following
conditions:
1. The capacity of the system shall meet the performance requirements of the Contract
Documents.
2. All additional equipment or appurtenances,including but not limited to racks,piping,valves,
supports, and controls, required to fill empty slots within the process trains with new
01740.doc 01740-4 Section 01740--Warranties
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
membrane modules shall be provided to OWNER by the MFSS at no additional cost to
OWNER.
C. To satisfy warranty requirements,the MFSS may propose changes to the chemical cleaning
procedures under the following conditions:
1. The capacity of the system shall meet the performance requirements of the Contract
Documents.
R 2. All additional equipment or appurtenances,including but not limited to metering pumps,day
tanks, level sensors, valves and appurtenances required to accommodate the modified
chemical cleaning procedures shall be provided to OWNER by the MFSS at no additional
cost to OWNER.
3. The MFSS shall reimburse OWNER for all increased costs that result from changes to the
chemical usage procedures projected by MFSS in Part B,Proposal.
D. OWNER recognizes that to satisfy warranty requirements,the MFSS may provide membrane
replacement modules that embody changes in module design and construction features.
OWNER recognizes that the replacement'of membrane modules pursuant to this warranty with
a different membrane module is acceptable under the following conditions:
1. That the specified design and operational parameters (i.e. design flows, water quality and
chemical cleaning intervals)are obtained.
2. That the change in membrane modules will not represent an increase in the operational
(including cleaning and/or neutralization chemical costs)or membrane module replacement
cost to OWNER except as noted below.
a. At OWNER's sole discretion, OWNER may accept a change in membrane modules
that results in an increase in chemical usage rates if a mutually agreeable method is
put in place for the MFSS to reimburse OWNER for the resulting increased chemical
costs for the remainder of the pro-rata warranty period.
3. The change in membrane modules is acceptable to the regulatory authorities that have
purview over water plant operations.
4. That the change in membrane modules will not require additional cost to OWNER for capital
improvements to the membrane systems.
z E. Replacement Membrane Module Price
1. The MFSS shall establish the initial membrane replacement price(as indicated in the Proposal
Form)and guarantees that, at the time of membrane purchase:
a. Replacement membrane modules have been provided to OWNER at prices not to
exceed the prevailing market price.
b. The current membrane module replacement price shall not increase by more than the
prevailing Consumer Price Index(CPI)over a fifteen(15)year period.
01740.doc 01740-5 Section 01740—Warranties
"" 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. During the full replacement warranty period,the MFSS shall provide replacement modules at
no cost to OWNER.
3. Module Replacement Price during the pro-rats warranty period shall be calculated as follows:
Pro-Rats Replacement Price= —
Current Replacement Price x Months After Warranty Start Date
120(Months)
F. Definition of Membrane Integrity Failure.
1. For the purposes of integrity evaluation,the membrane train/unit or sub-train assembly
shall be evaluated for Membrane Integrity Failure Occurrences per the requirements of the
TCEQ. At this time,the TCEQ has indicated their requirements for Membrane Integrity
Testing shall be at a minimum, once per day per cell. If a Membrane Integrity Failure
Occurrence is identified,the individual modules shall be repaired and the unit will be
returned to service. The Membrane Integrity Failure Occurrence shall be documented by
OWNER !
2. A Membrane Integrity Failure Occurrence is defined as any one of the following events:
a. An identified stream of air bubbles during an air pressure integrity test at 15 psi or at
an integrity test pressure that meets all requirements of the USEPA Long-Term 2
Enhanced Surface Water Treatment Rule and associated guidance manual,and the
ASTM method"Standard Practice for Integrity Testing of Water Filtration Membrane
Systems;or
b. An increase in the rate of pressure decay that is greater than 0.15 psi/min above the
previous test value or greater than 0.3 psi/min above the baseline value for a
completely integral membrane train established during startup testing,verified due to
membrane fiber integrity failure. The MFSS shall provide adequate evidence(i.e.
membrane air and water flow/pressure drop data)to support the correlation between
air pressure integrity test results and log reduction value based upon a broken lumen at
the membrane-membrane pot interface for approval by ENGINEER and regulatory
authorities.
3. Individual membrane modules shall be considered to have non-conforming integrity failure
under the following conditions:
a. If a membrane module fails an individual pressure hold/pressure decay test and -
cannot be repaired,than that module shall be considered to have non-conforming
integrity failure.
b. If for a membrane module,the maximum number of Membrane Integrity Failure
Occurrences is exceeded in accordance with Table 1 as shown below.
01740.doc 01740-6 Section 01740—Warranties
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
Table 1: Maximum Percentage of Membrane Integrity Failure Occurrences
per Module
Any 3 consecutive Life of membrane
months module
0.15% 0.50%
c. In the event that OWNER performs membrane fiber repair,the module serial number
and location of membrane fibers shall be recorded and a cumulative total of membrane
fiber repairs for the unit shall result in a documented Membrane Integrity Failure
Occurrence.
4. If it is demonstrated that the membrane integrity failure defect is attributed to a specific lot,
OWNER shall retain the option to have all membrane modules supplied as part of the lot be
replaced, even though they may be located in another membrane unit or sub-module
4 assembly.
1.05 MEMBRANE FILTRATION SYSTEM AND MEMBRANE MODULE PERFORMANCE
TEST
A. At any time during the Membrane System or Membrane Module Warranty periods,the
_ OWNER will test the capacity by running one or more membrane trains at specified
maximum capacity as defined in Section 11300A and Section 11300B of the Contract
Documents with a viscosity correction based upon ambient temperature,or upon a
temperature correction relationship demonstrated during pilot testing,to see if the
specified minimum temperature corrected design requirements can be achieved under
these conditions.
B. If a membrane train fails to achieve minimum cleaning interval while operating at
maximum capacity,OWNER will notify the MFSS and provide electronic operational
logs, if requested.
C. The MFSS shall have 30 days to recommend any changes prior to retesting.
•— D. OWNER will then retest the train incorporating MFSS recommendations as appropriate
E. If the membrane train fails for a second time,the membrane filtration system shall be
4 considered to be non-conforming. The MFSS shall correct the non-conforming membrane
filtration system per Paragraphs 1.03 and 1.04, above.
1.07 SUBMITTALS
A. Submit written warranties to OWNER.
v B. Provide Membrane serial numbers and lot traceability information.
01740.doc 01740-7 Section 01740—Warranties
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C. Submit design calculations to substantiate the 4-log Membrane Log Reduction Values for air
pressure integrity testing. Perform calculations based upon a broken fiber lumen(s)or a
microporous defect of 3 microns to determine the worse case membrane integrity defect scenario.
D. When a special warranty is required to be executed by a supplier or manufacturer,prepare a
written document that contains appropriate terms and identification, ready for execution by the
required parties. Submit a draft to OWNER for approval prior to final execution.
E. Prior to project completion,compile two copies of each required warranty and bond properly
executed by the MFSS, supplier,or manufacturer. Organize the warranty documents into an
orderly sequence based on the Table of Contents of the Pre-selection Documents.
F. Bind warranties and bonds in heavy-bond, commercial quality,durable 3-ring vinyl covered
loose-leaf binders,thickness as necessary to accommodate contents,and sized to receive 8-1/2-in
by 11-in paper.
G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Pre-selection
Documents,with each item identified with the number and title of the specification Section in
which specified,and the name of the product or work item.
H. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the
tab to identify the product or installation. Provide a typed description of the product, including
the name of the product,and the name,address and telephone number of the installer, supplier
and manufacturer.
I. Identify each binder on the front and the spine with the typed or printed title"MEMBRANE
SYSTEM WARRANTIES AND BONDS,"the Project title or name,and the name,address and
telephone number of the responsible principal.
J. When operating and maintenance manuals are required for warranted construction,provide
additional copies of each required warranty, as necessary,for inclusion in each required manual.
1.08 WARRANTY REQUIREMENT
A. OWNER's Recourse: Written warranties made to OWNER are in addition to implied warranties,
and shall not limit the duties,obligations, rights and remedies otherwise available under the law,
nor shall warranty periods be interpreted as limitations on time in which OWNER can enforce _
such other duties,obligations,rights,or remedies.
B. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties
do not relieve the MFSS of the warranty on the Membrane System that incorporates the
products,nor does it relieve suppliers and manufacturers required to countersign special
warranties with the MFSS.
1.09 DEFINITIONS
A. Standard Product Warranties are preprinted written warranties published by individual —
manufacturers for particular products and are specifically endorsed by the manufacturer to
OWNER.
01740.doc 01740-8 Section 01740 -Warranties
11/30/2007 -•
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. Special Warranties are written warranties required by or incorporated in the Contract
Documents,either to extend time limits provided by standard warranties or to provide greater
rights for OWNER.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION(NOT USED)
END OF SECTION
01740.doc 01740-9 Section 01740—Warranties
'= 11/30/2007
PM
City of Fort Worth
Northwest WTP—Membrane Filtration System
r
it
n.r
THIS PAGE INTENTIONALLY LEFT BLANK
01740.doc 01740-10 Section 01740—Warranties
11/30/2007 !
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 01750
SPARE PARTS
PARTI GENERAL
1.01 DESCRIPTION
A. Description of Work:
1. The membrane filtration system supplier(MFSS)shall provide during shop
drawing review a price list for each spare part item listed at the end of this section
along with all other spare parts recommended by MFSS or by the manufacturers of
the equipment supplied by MFSS. Owner may, at any time up to substantial
completion, elect to purchase any or all of the spare parts at the price listed as a
change order to the contract amount.
2. List prices shall include the cost to properly prepare and box the spare parts as
follows. Spare parts and materials shall be furnished in unopened cartons,boxes,
crates,or other protective covering suitable for preventing corrosion or
deterioration for the maximum length of anticipated storage. They shall be clearly
marked and identified as to the name of manufacturer or supplier,applicable
equipment, part number,description,and location in the equipment.
3. List prices shall include the cost to ship the parts, FOB,to the job site.
4. For all spare parts purchased by Owner,provide a letter of transmittal and spare
parts receiver form including the following:
a. Date of letter and transfer of parts and material
b. Contract title and number
C. MFSS's name and address
d. Applicable sections of the Specifications for each set of spare parts supplied.
e. Acknowledgment signed by the MFSS,that all spare parts and maintenance
materials have been delivered.
5. The MFSS shall furnish to OWNER an inventory listing all spare parts purchased,
the equipment they are associated with,and the name and address of the supplier.
6. Spare parts shall be stored in a location directed by OWNER.
7. The MFSS shall be fully responsible for loss or damage to parts and materials until
they are received by OWNER.
8. Spare parts shall be new and shall not be utilized by the MFSS.
01750.130C 01750-1 Section 01750—Spare Parts
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.02 SUBMITTALS
A. Shop Drawings —
1. In accordance with the requirements of Section 01300, Submittals, provide,as part
of the second shop drawing submittal,a detailed price list of spare parts with
specific models and quantities denoted unique for the MFSS to be provided under
this Goods and Special Services Agreement for approval by ENGINEER. The list
shall include the items identified at the end of this Section as well as any additional
other spare parts recommended by MFSS and MFSS's equipment manufacturers.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
END OF SECTION —
01750.DOC 01750-2 Section 01750—Spare Parts
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
Table 01750-A
SPARE PARTS LIST
2. Section 11210, Horizontal Split Case Double Suction Pumps
a. Furnish one set of all special tools required for the proper servicing of all
equipment supplied under this Section.
b. No spare parts are required for these pumps.
3. Section 11211, Horizontal End Suction Pumps
a. Furnish one set of all special tools required for the proper servicing of all
equipment supplied under this Section.
b. No spare parts are required for these pumps.
4. Section 11212, Miscellaneous Pumps—Chemical Metering Pumps
a. Furnish one set of all special tools required for the proper servicing of all
equipment supplied under this Section.
5. Section 11212, Miscellaneous Pumps—Mechanical Vacuum Pumps
a. Furnish one set of all special tools required for the proper servicing of all
equipment supplied under this Section.
- b. Provide one spare mechanical seal for each pump.
6. Section 11212, Miscellaneous Pumps—Compressed Air Driven Vacuum Pumps
a. Furnish one set of all special tools required for the proper servicing of all
equipment supplied under this Section.
b. Provide one spare seal kit for each pump supplied.
7. Section 11300-A, Submerged Membrane Filtration System or Section 11300-13,
Pressure Membrane Filtration System
a. Membrane System—Provide 1 spare of the following for every 400(0.25
percent) supplied:
1) Membrane Modules
2) Module O-Ring Kit.
b. Automatic Self-Cleaning Inline Strainer
1) One spare screen element
01750.DOC 01750-3 Section 01750—Spare Parts
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C. Provide a minimum of 2 valves of each size and type used or 2 percent(one
valve for every 50 valves used)minimum quantity whichever is greater.
1) General Service Valves
2) General Service Actuators —
3) General Service Valve
d. Provide a minimum of 1 valves of each size and type used or 2 percent(one
valve for every 50 valves used)minimum quantity whichever is greater.
1) Cyclic and Modulating Service Valves =
2) Cyclic and Modulating Service Actuators—One of each actuator size.
3) Cyclic and Modulating Service Valve Seats—Two for each valve
size.
4) Seal Kit,for Type Modulating Actuators—Two for each actuator size.
e. Clean- In-Place Equipment
1) MFSS shall supply all CIP,neutralization and maintenance wash
chemicals required during startup,commissioning,and acceptance
testing.
2) MFSS shall supply all CIP,neutralization and maintenance wash
chemicals required for a 3-month period following Substantial —
Completion of the Membrane Filtration System.
8. Section 11370,Compressed Air Equipment
a. Furnish one set of all special tools required for the proper servicing of all
equipment supplied under this Section. T
b. For each compressor
1) Two sets of oil filters and lubricants for oil based compressors. —
2) Two sets of replacement compressor intake filters for each
compressor.
3) Thermostats
C. For the compressed air system }
1) Two Pressure Regulators for each type supplied.
2) Two Pressure Relief Valves for each type supplied.
3) Two Automatic Drain Valves for each type supplied. "
01750.130C 01750-4 Section 01750—Spare Parts
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
4) Process Air Coalescers—Two replaceable filters for each filter
supplied.
5) Process Air Filters—Two replaceable filter elements for each filter
supplied.
9. Section 11372, Positive Displacement Air Blowers
a. Furnish one set of all special tools required for the proper servicing of all
equipment supplied under this Section.
10. Section 11377,Centrifugal Air Blowers
a. Furnish one set of all special tools required for the proper servicing of all
equipment supplied under this Section.
11. Section 13315, Process Instrumentation Switches
a. Provide one spare for each type or 5 percent spare for each type when
multiple devices are required for each of the following
1) Level Switches
2) Flow Switches
3) Pressure Switches
12. Section 13315, Process Instrumentation Meters and Transmitters
a. Provide one spare for each type or range or 5 percent spare for each type
when multiple devices are required for each of the following
1) Level Transmitters
2) Rotameters
3) Flowmeters
4) Pressure Transmitters
5) Pressure Gauges
6) Temperature Sensors and Transmitters
13. Process Instrumentation Analyzers:
a. Turbidity Meter
1) Provide one spare meter/analyzer
2) Provide two calibration kits.
01750.DOC 01750-5 Section 01750—Spare Parts
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. pH Analyzers
1) Provide one spare meter/analyzer
2) Provide two spare probes
C. ORP Analyzer(if applicable)
1) Provide one spare meter/analyzer
2) Provide two spare probes
d. Chlorine Residual Analyzers T
1) Provide one spare meter/analyzer
2) Provide three maintenance repair kit
3) Provide three months supply of buffer chemicals for each analyzer(if
applicable)
14. Process Logic Control Equipment
a. Provide one spare PLC or Foundation Fieldbus input/output module card
of each type or 2 percent minimum spare inventory
15. Control Panels,Enclosures and Panel Instruments
a. Provide 5 percent spare quantities of the following or the instruments and ,.
components shall be provided for the panel mounted devices as follows:
1) 12 spare bulbs for each type of bulb used in the control system. T
2) 12 spare fuses for each type and size of fuse used in the control
system.
3) 4 spare control relays of each type used in the control system.
4) 1 spare type of each signal conditioner(isolator,adder-subtractor, --
etc.)of each type used in the control system.
16. Division 15: Valves and Actuators _
a. Special tools and the manufacturer's standard stock of spare parts, if
required for normal operation and maintenance of the valve, shall be _
supplied with each distinct type or size of valve and actuator. Refer to
Section 01136 for special tools and Section 01750 for spare parts.
END OF SECTION
01750.DOC 01750-6 Section 01750—Spare Parts
11/30/2007
DIVISION 5
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 05500
MISCELLANEOUS METALS
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials, equipment and incidentals required to provide miscellaneous metal
items associated with the membrane filtration system(MFS) including membrane support
elements, frames,etc.
1.02 RELATED WORK
A. Anchor bolts for equipment are included in the respective Sections of Divisions 11, 14 and 15.
B. Pipe hangers, supports and concrete inserts are included under Division 15.
+ C. Pipe sleeves,wall sleeves,and wall castings are included in the respective Sections of Division
15.
1.03 SUBMITTALS
A. Submit, in accordance with Section 01300, detail drawings showing materials, sizes of members,
method of assembly,anchorage, and connection to other members shall be submitted for approval
before fabrication.
B. Samples shall be submitted at the request of the Engineer for concurrent review with shop
drawings.
C. Submit drawings and data for the column covers including details, gaskets, fasteners,thickeners,
dimensions and any other pertinent descriptive literature.
D. Submit two samples of column cover material of sufficient size to indicate connection and
gasketing detail along with the finish.
1.04 REFERENCE STANDARDS
A. Aluminum Association(AA)
T 1. AA 5052-Aluminum Sheet and Plate, Rolled Rod and Bar and Drawn Tube
2. AA 6061-T6-Aluminum Sheet and Plate
3. AA 6061-T5 -Aluminum Extruded Shapes
4. AA 6063-T6-Aluminum Extruded Pipe
05500.doc 05500-1 Section 05500—Miscellaneous Metals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
5. AA C22A41:
a. C22 Finish, Medium Matte
b. A41 Clear Anodic Coating,Class I
B. American Society for Testing and Materials(ASTM)
1. ASTM A36- Standard Specification for Carbon Structural Steel.
2. ASTM A48- Standard Specification for Gray Iron Castings.
3. ASTM A53 -Standard Specification for Pipe, Steel, Black and Hot-Dipped,Zinc-Coated,
Welded and Seamless.
4. ASTM A123 - Standard Specification for Zinc(Hot Dip-Galvanized)Coatings on Iron and
Steel Products.
5. ASTM A 15 3 -Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel
Hardware.
6. ASTM A307- Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile
Strength.
7. ASTM A536 -Standard Specification for Ductile Iron Castings. -
C. American Iron and Steel Institute(AISI)
D. American Welding Society(AWS)
F. Federal Specification
1. FS-FF-B-575C-Bolts, Hexagon and Square
G. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
1.05 COORDINATION
A. The work in this Section shall be completely coordinated with the work of other Sections. Verify
at the site both the dimensions and work of other Contractors adjoining items of work in this
Section before fabrication and installation of items herein specified.
B. Furnish to the pertinent Contractors all items included under this Section that are to be built into
the work of other Sections.
1.06 FIELD MEASUREMENTS
A. Field measurements shall be taken at the site to verify or supplement indicated dimensions and to
ensure proper fitting of all items.
05500.doc 05500-2 Section 05500—Miscellaneous Metals
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
PART 2 PRODUCTS
2.01 ANCHORS, BOLTS AND FASTENING DEVICES
A. Anchors, bolts, etc, shall be furnished as necessary for installation of the work of this Section.
B. Compound masonry anchors shall be of the type shown or required and shall be equal to Star
Slug in compounded masonry anchors manufactured by Star Expansion Industries,equal by
i Phillips Drill Co.; Rawlplug or equal. Anchors shall be minimum "two unit"type.
C. The bolts used to attach the various members to the anchors shall be the sizes shown or required.
Stainless steel shall be attached to concrete or masonry by means of stainless steel machine bolts,
and iron or steel shall be attached with steel machine bolts,unless otherwise specifically noted.
D. For structural purposes, unless otherwise noted,expansion bolts shall be Hilti, Kwik-Bolt II;
Simpson Strong-Tie Wedge-All; Powers Power-Stud or equal. When length of bolt is not called
for on the Drawings,the length of bolt provided shall be sufficient to place the wedge portion of
v the bolt a minimum of 1-in behind the reinforcing steel within the concrete. Material shall be as
noted on the Drawings. If not listed, material shall be hot dipped galvanized steel.
E. Bolts and nuts shall conform to Federal Specification FF-B-575C. Bolts and nuts shall be
hexagon type. Stainless steel bolts,nuts, screws,washers and related appurtenances shall be
equal to AISI Type 316. All exposed portions of anchor bolts installed in concrete shall be
greased,wrapped in burlap or plastic sleeve and tied.
F. Toggle bolts shall be Diamond; Keystone; Star or equal.
2.02 ALUMINUM ITEMS
A. Miscellaneous aluminum shapes and plates shall be fabricated as required by MFSS. Items shall
be furnished complete with welded strap anchors attached where appropriate.
2.03 STEEL ITEMS
A. Miscellaneous steel shall be fabricated in accordance with MFSS's requirements and shall
include: beams, angles, support brackets, base plates; splice plates,anchor bolts(except for
equipment furnished in Divisions 11, 13, 14 and 15);and any other miscellaneous steel required
to ensure a complete and functioning MFS.
PART 3 EXECUTION
3.01 FABRICATION
A. All miscellaneous metal work shall be 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.
B. Connections and accessories shall be of sufficient strength to safely withstand stresses and strains
to which they will be subjected. Steel accessories and connections to steel or cast iron shall be
05500.doc 05500-3 Section 05500—Miscellaneous Metals
. 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
steel,unless otherwise specified. Threaded connections shall be made so that the threads are
concealed by fitting.
C. Welded joints shall be rigid and continuously welded or spot welded as specified or shown. The
face of welds shall be dressed flush and smooth. Exposed joints shall be close fitting and jointed
where least conspicuous.
D. Welding of parts shall be in accordance with the Standard Code for Arc and Gas Welding in
Building Construction of the AWS and shall only be done where shown,specified,or permitted —
by the Engineer. All welding shall be done only by welders certified as to their ability to perform
welding in accordance with the requirements of the AWS Code. Component parts of built-up
members to be welded shall be adequately supported and clamped or held by other adequate
means to hold the parts in proper relation for welding.
E. Welding of aluminum work shall be on the unexposed side as much as possible in order to
prevent pitting or discoloration.
F. All aluminum finish exposed surfaces,except as specified below, shall have manufacturer's
standard mill finish. Aluminum handrails shall be given an anodic oxide treatment in accordance
with the Aluminum Association Specification AA-C22-A41. A coating of methacrylate lacquer
shall be applied to all aluminum before shipment from the factory. _
G. All steel finish work shall be thoroughly cleaned, by effective means,of all loose mill scale,rust,
and foreign matter before shipment and shall be given one shop coat of primer compatible with
finish coats specified in Painting Section after fabrication but before shipping. Paint shall be
applied to dry surfaces and shall be thoroughly and evenly spread and well worked into joints and
other open spaces.
H. Galvanizing,where required, shall be the hot-dip zinc process after fabrication. Following all
manufacturing operations, all items to be galvanized shall be thoroughly cleaned,pickled, fluxed,
and completely immersed in a bath of molten zinc. The resulting coating shall be adherent and -
shall be the normal coating to be obtained by immersing the items in a bath of molten zinc and
allowing them to remain in the bath until their temperature becomes the same as the bath.
Coating shall be not less than 2 oz/sq ft of surface. -
END OF SECTION
05500.doc 05500-4 Section 05500—Miscellaneous Metals
11/30/2007
DIVISION 9
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 09901
` SURFACE PREPARATION AND SHOP PRIME PAINTING
PART1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all labor, materials, equipment, services, and incidentals required for the
surface preparation and application of shop primers on ferrous metals,fiberglass, galvanized
metals, and other surfaces,as specified herein.
B. All items and/or surfaces specified in the Contract Documents shall be painted and/or furnished,
as specified. The MFSS shall paint all exposed surfaces whether or not colors are designated,
except where the natural finish of the material is specifically noted as a surface not to be painted.
C. All items delivered to the Point of Destination with pre-applied coatings will be inspected by the
Engineer and shall be repaired by the MFSS if the coating is damaged.
1.02 REFERENCE SECTIONS
A. Section 01300, Submittals
B. Section 0 16 10, Transportation and Handling of Goods
C. Division 11, Equipment
D. Division 15, Mechanical
1.03 COORDINATION
A. Manufacturers and/or suppliers of the equipment and materials specified herein shall provide
surface preparations and coatings in accordance with this Section for equipment which is
manufactured or supplied as component equipment by the MFSS.
B. The MFSS shall furnish materials,appurtenances,specialty items, and services not provided by
the suppliers and/or manufacturers required under the Contract Documents
C. Coordinate the painting of areas that are inaccessible once equipment has been installed.
1.04 SUBMITTALS
A. Submit to the Engineer for review in accordance with Section 01300 complete shop drawings,
manufacturer's specifications,and data on the proposed primers and detailed surface
preparation,application procedures,and dry mil thickness.
B. Submit to the Engineer for review in accordance with Section 01300 representative physical
samples of the proposed primers.
09901.doc 09901-1 Section 09901—Surface Preparation and
_ Shop Prime Painting
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C. Upon completion of the coating work,the MFSS shall furnish copies of detailed maintenance
manual including the following information:
1. Product name and number
2. Name,address,and telephone number of manufacturer and local distributor �•
3. Detailed procedures for routine maintenance and cleaning
4. Material Safety Data Sheets(MSDS)
1.05 REFERENCE STANDARDS
A. Steel Structures Painting Council(SSPC)
1. SSPC SP 1 - Surface Preparation Specification No. 1 Solvent Cleaning
2. SSPC SP 6- Surface Preparation Specification No. 6 Commercial Blast Cleaning
3. SSPC SP 7-Surface Preparation Specification No. 7 Brush-off Blast Cleaning
4. SSPC SP 10-Surface Preparation Specification No. 10 Near-White Metal Blast Cleaning -
PART 2 PRODUCTS
2.01 MATERIALS
A. Ferrous Metals submerged or subject to splashing shall be sprayed with one of the following
coats,which has to be NSF Standard 61 certified:
1. Tnemec
1 Coat: 69-BJ45 Gray Epoxy Primer(3.5 -4.5 DFT)
2. Carboline
1 Coat: Carboguard 890(3.5 -4.5 DFT)
3. ICI Devoe Coatings
1 Coat: ICI Devoe Devran 224 HS High Build Epoxy(4-6 DFT)
4. Sherwin-Williams
1 Coat: Dura Plate 235 Epoxy, B67-235 Series(4-8 mils DFT) -
5. PPG Industries
1 Coat: DTR 97-148 Series(5 -7 DFT)
B. Structural Steel and Loose Steel Lintels and Other Ferrous Metals(i.e.,Mechanical Equipment,
etc.) shall be sprayed with one of the following coats,which has to be NSF Standard 61
certified:
1. Tnemec
09901.doc 09901-2 Section 09901—Surface Preparation and
Shop Prime Painting
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1 Coat: 66-BJ45 Gray Epoxy Primer(3.5 -4.5 DFT)
= 2. Carboline
1 Coat: Carboguard 890(3.5 -4.5 DFT)
3. ICI Devoe Coatings
1 Coat: ICI Devoe Devran 224 HS High Build Epoxy(4-6 DFT)
4. Sherwin-Williams
1 Coat: Dura-Plate 235 Epoxy,B67-235 Series(4- 8 DFT)
5. PPG Industries
1 Coat: DTR 97-148 Series(5 -7 DFT)
C. Nonprimed Surfaces:
1. Gears,bearings surfaces, and other similar surfaces that are not to be painted shall be given
a heavy shop coat of grease or other suitable rust-resistant coating. This coating shall be
maintained as necessary to prevent corrosion during all periods of storage and erection and
shall be satisfactory to the Engineer up to the time of the final acceptance test.
D. Repair of cut edges and damage to galvanized steel:
1. Tnemec
I Coat: 90-93 Tneme-Zinc(2.5 -3 DFT)
2. Carboline
I Coat: Galvanox(2.5 -3 DFT)
3. ICI Devoe Coatings
1 Coat: ICI Devoe Catha-coat 302H(3-4 DFT)
4. Sherwin-Williams
I Coat:Zinc Clad 4(2.5 - 3 DFT)
5. PPG Industries
1 Coat: 97-670(2.5 -3 DFT)
E. Primers containing lead will not be allowed.
PART 3 EXECUTION
3.01 APPLICATION
A. Surface Preparation and Priming:
1. Components scheduled for priming, as defined above, shall be sandblasted clean in
accordance with SSPC SP 6 "Commercial' immediately prior to priming. Submerged
components scheduled for priming,as defined above, shall be sandblasted clean in
accordance with SSPC SP 10 "Near White," immediately prior to priming.
09901.doc 09901-3 Section 09901—Surface Preparation and
_ Shop Prime Painting
11/30/2007
f
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. Surfaces shall be dry and free of dust,oil,grease,dirt,rust, loose mill scale,and other
foreign material before priming.
3. Shop prime in accordance with approved paint manufacturer's recommendations.
4. Surface preparation for field painting unprimed surfaces or for touch up shall be the same. T
5. Plastic pipe surfaces shall be lightly sanded before painting.
6. Wood surfaces shall be dry and sanded to a smooth surface.
7. Bituminous-coated pipe shall not be used in exposed locations. Pipe to be exposed in the
finished work shall be primed in accordance with the requirements herein.Any
bituminous-coated pipe that is inadvertently installed in exposed locations shall be
sandblasted clean before priming and painting.
8. All primed or previously painted surfaces and nonferrous surfaces shall be cleaned prior to
application of successive coats. All nonferrous metals shall be cleaned in accordance with
SSPC SP 1. Test galvanized steel for treatment or any passivation and handle as required.
9. Shop-coated surfaces shall be protected from damage and corrosion before and after
installation. Damaged areas shall be repaired immediately upon detection.Abraded or
corroded spots shall be cleaned and touched up with the same materials as the shop coat.
All shop coated surfaces that are determined to be faded or discolored or that require more
than minor touch-up, shall receive new surface preparation and be repainted. Cut edges of
galvanized steel and exposed threads and cut ends of galvanized piping, electrical conduit,
and metal pipe sleeves shall be solvent cleaned in accordance with SSPC SP 1 and primed.
10. Galvanized steel and stainless steel surfaces shall be cleaned in accordance with
SSPC-SP-I. Such surfaces designated not to be painted shall be cleaned to this standard.
11. Aluminum embedded or in contact with concrete shall be painted with two coats of epoxy. -
12. Surface temperature and all other application conditions shall be in accordance with
approved primer manufacturer's recommendations. Enclosures and auxiliary heat shall be
utilized as necessary to achieve compliance.
3.02 FABRICATED AND MANUFACTURED EQUIPMENT
A. Unless otherwise indicated,all fabricated and manufactured equipment shall be shop primed.
Initial finish coats may be shop or site applied.All further coats shall be site-applied. In all
cases, final coat shall be site-applied.
B. Wherever equipment is required to be sandblasted,MFSS shall protect all motors,drives,
bearings,gears,nameplates,and any other parts not required to be painted,from sandblasting
and from the entry of grit.Any equipment found to contain grit shall be disassembled,cleaned,
and reassembled. _
END OF SECTION
0990 Ldoc 09901-4 Section 09901—Surface Preparation and
Shop Prime Painting _
11/30/2007
DIVISION 11
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11170
PILOT PLANT
PART1 GENERAL
1.01 DESCRIPTION
A. Description of Work
1. The Membrane Filtration System Supplier(MFSS) shall supply a pilot plant to be installed
at the Northwest Water Treatment Plant for future use by OWNER.
2. The pilot plant design and construction shall meet the requirements of the Texas
Commission on Environmental Quality(TCEQ)for use in a Pilot Study.
3. The pilot plant shall be equipped with instrumentation and analytical equipment as well as
data recording equipment.
4. Pilot plant shall be delivered to the site and operational prior to Substantial Completion of
the Northwest WTP Construction Project.
B. Reference Specifications
4. Section 01300, Submittals
4. Section 0 16 10, Transportation and Handling of Goods
4. Section 01611, Protection of Goods
4. Section 01620, Installation of Membrane Equipment
5. Section 01715, Equipment Operation and Maintenance Training
C. Special Considerations
1. Definitions
a. MFSS: Membrane Filtration System Supplier
2. Design and Performance Requirements
a. It is the intent of this Specification to identify major components of the pilot plant and
to establish minimum equipment and quality standards for these components. It is the
MFSS's responsibility to provide all parts,equipment, materials,and components
required for a complete operating pilot plant.
b. Single Source Responsibility: To ensure that all the equipment required for the
installation of the pilot plant, including controls is properly coordinated and will
function as a unit in accordance with the intent of these specifications,the equipment
_ 11170.doc 11170-1 Section 11170—Pilot Plant
1 l/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
specified under this section shall be provided by a single MFSS. The MFSS shall be
responsible for the proper function of all the equipment integral to the pilot plant
(regardless of the original manufacturer of the membrane filtration system's various
component parts),as an integrated and coordinated system. The intent of this
paragraph is to establish unit responsibility with the MFSS for all of the equipment
associated with the pilot plant.
c. The membrane filtration system and proposed operating protocols shall meet all
requirements of the governing regulatory agencies for use to produce potable water and —
receive regulatory credit for a minimum of 99.99%(4-log)removal/disinfection of
regulated bacterial and protozoan microorganisms.
3. Patents
a. The MFSS shall warrant that the use of its pilot plant and related equipment, in the a
process for which the equipment has been expressly designed and provided by the
MFSS hereunder,will not infringe on any U.S.,Canadian or other foreign patent
recognized by Canada or the USA.
b. The MFSS hereby grants the OWNER a non-exclusive royalty free license to make or
use any process or apparatus claimed in any patent owned by MFSS or any drawings
prepared and supplied by MFSS, but only to the extent that this license is required by `
the OWNER to build and operate the pilot plant using MFSS modules produced and
supplied by the MFSS. All other rights are reserved.
c. The MFSS shall be responsible for any patent infringement damages levied on the
OWNER or ENGINEER in connection with the use of equipment from the MFSS.
1.02 QUALITY CONTROL/QUALITY ASSURANCE
A. Manufacturers Qualifications: All equipment furnished under this specification shall be the
standard product of a manufacturer who is fully experienced, reputable,qualified and regularly
engaged for at least 5 years in the manufacture of equipment to be furnished as part of this pilot
plant.
B. Reference Standards: Comply with applicable provisions and recommendations of the
following, except as otherwise shown or specified:
1. American Society of Mechanical Engineers(ASME)
a. ASME Boiler and Pressure Vessel Code r.
2. American Society for Testing and Materials(ASTM)
a. ASTM A 193 —Standard Specification for Alloy-Steel and Stainless Steel Bolting
Materials for High-Temperature Services
b. ASTM A 36, Standard Specification for Structural Steel T
3. American National Standards Institute(ANSI)
11170.doc 1 1 170-2 Section 11170—Pilot Plant
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
a. ANSI B 16.5—Pipe Flanges and Flanged Fittings
b. AWS D10.9, Standard for Qualification of Welding Procedures and Welders for
Piping and Tubing
•— 4. American Welding Society(AWS)
a. AWS A5.9—Specification for Bare Stainless Steel Welding Electrodes and Rods
b. AWS D1.1 —Structural Welding Code—Steel
c. AWS D 10.9—Standard fro Qualification of Welding Procedures and Welders for
Piping and Tubing
5. Institute of Electrical and Electronic Engineers(IEEE)
6. National Electric Code(NEC)
7. National Electrical Manufacturers Association(NEMA)
8. Standards of National Electrical Manufacturers Association
9. Standards of American Water Works Association(AWWA)
— 10. National Sanitation Foundation(NSF)
C. Manufacturers Quality Assurance/Quality Control Program
1. The manufacturer shall have in place a dedicated quality control/quality assurance program
that conforms to or is similar to ISO-9000/ISO-9001.
1.03 SUBMITTALS
A. Shop Drawings and Product Data
1. Copies of all materials required to establish compliance with the TCEQ requirements shall
be submitted to the ENGINEER, in accordance with Section 01300. The MFSS shall
include the following information in their submittals to the ENGINEER:
a. Schematic Drawings:
1) P&IDs of the System, including hydraulic and pneumatic schematics detailing
the equipment supplied by the MFSS and showing equipment provided by others
that will interface with the System.
2) Electrical wiring diagrams including motor horsepower and other electrical load
w information and identification of external wiring connections for use by the
OWNER to install and make operational the supplied equipment.
b. System Arrangement Drawings: The MFSS shall prepare and submit each of the
following Arrangement drawings for approval:
11170.doc 11170-3 Section 11170—Pilot Plant
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1) Provide plan and elevation views of all major components and subsystems,
detailing orientation of equipment,piping, fittings and valves(including valve
actuators),weight of the pilot plant and associated equipment;
2) Clearly identify the termination points for hydraulic,pneumatic and electrical
connections where interfacing of the MFSS supplied equipment and equipment to
be installed by the OTHERS exists;
c. Information as specifically requested by the ENGINEER or OWNER in support of —
this Project.
B. Installation Instructions. ,.
C. Operation and Maintenance Manuals in accordance with Section 01730.
D. Training: Operation of the pilot plant.
E. Regulatory Agencies: The MFSS shall supply all system information,hydraulic calculations
and drawings for the System and any other system performance data required by regulatory ON
agencies.
PART 2 PRODUCTS
2.01 SYSTEM DESIGN AND PERFORMANCE REQUIREMENTS
A. Service Conditions
1. Ambient Environment. The pilot plant furnished under this section shall be suitable for
installation in an industrial indoor environment maintained between 50 degreees Fa nd 93
degrees F. The site conditions are expected to be as follows:
a. Altitude: Approximately 870 feet above Mean Sea Level. T
b. Outside ambient air conditions:
i.. Summer temperature(max): 120 degrees F.
ii. Summer relative humidity(max): 100 percent.
iii. Winter temperature(min): 10 degrees F.
iv. Winter relative humidity(min): 0 percent.
2. Feedwater Quality. Anticipated quality of the water for treatment in the membrane system ,.
is provided in Sections 11300-A and 11300-13.
3. Process Design Requirements: The pilot plant provided under this Specification shall be _
complete and operable in all respects including,but not limited to,connections to other
facilities,component and system tests,calibration,alignment, and adjustments as necessary
to place the system in operation to perform its intended function. The pilot plant shall have
the same process functions as the full-scale membrane filtration system provided for this
11170.doc 11 170-4 Section 11170—Pilot Plant
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
project and shall be provided with the same membrane elements. The major system
components for the pilot plant shall include but not limited to:
a. Submerged system
i. Valve and membrane module rack
ii. Clean in place tank and pumps
iii. Filtrate pump
iv. Air compressor and receiver
b. Pressure system
i. Feed Pump
ii. Valve and membrane module rack
iii. Clean in place tank and pumps
iv. Reverse filtration tank and pump
v. Air compressor and receiver
4. Feed water will flow by gravity to the pilot plant. The pilot plant shall be provided with the
means to regulate the influent flow.
L 5. The pilot plant shall be equipped with the following monitoring and recording capability:
a. Continuous reading(flow through) laser turbidimeter on the permeate,
b. Influent,permeate, reject, backwash,air flow rate and total flow,
C. Backpulse frequency and duration,
d. Transmembrane pressure.
e. Digitally record the above operating data in a format compatible with downloading
to a Windows based personal computer. Data format shall be reviewed and
approved by OWNER so as to allow data transfer to OWNERS data collection
system. MFSS shall provide all conversion hardware, software,and labor required
to accommodate the data transfer.
PART 3 EXECUTION
3.01 INSTALLATION
A. MFSS shall advise and assist the General Contractor in installing the pilot plant.
11170.doc 11170-5 Section 11170—Pilot Plant
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3.02 TRAINING
A. Refer to Section 01715, Equipment Operation and Maintenance Training
END OF SECTION
11170.doc 11170-6 Section 11170—Pilot Plant
11/30/2007 i
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11210
HORIZONTAL SPLIT-CASE DOUBLE SUCTION PUMPS
PART1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all labor,materials,equipment and incidentals required,and operate and
test horizontally mounted,axial split-case, centrifugal pumps and motors as specified herein.
B. All necessary and desirable accessory equipment and auxiliaries whether specifically mentioned
in this Section or not shall be furnished as required for operation of the membrane filtration
_ system. Also included shall be supervisory services and field testing of each unit and instructing
the regular operating personnel in the proper care,operation and maintenance of the equipment.
1.02 RELATED WORK
A. Section 01136,General Equipment Requirements
B. Section 01171, Electric Motors
C. Section 01300, Submittals
D. Section 01715, Equipment Operation and Maintenance Training
E. Section 01730, Installation, Operation and Maintenance Manuals
F. Section 01740, Warranty
G. Section 01750, Spare Parts
H. Surface preparation and shop priming are included in Section 09901.
1. Section 11300-A, Submerged Membrane Filtration System
J. Section I I300-B, Pressure Membrane Filtration System
K. Division 13, Instrumentation and Controls
L. Division 15, Valves, mechanical piping and appurtenances and pipe hangers and supports are
included in Division 15.
1.03 COORDINATION
A. The MFSS shall obtain the pumps specified herein from a single pump supplier. The MFSS shall
be responsible for coordination of component equipment including pumps,motors,and controls
as specified by the Contract Documents,and equipment provided by the General Contractor
(VFDs, MCCs,etc).
11210.doc 11210-1 Section 11210—Horizontal Split-Case
Double Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.04 SUBMITTALS
A. The MFSS shall submit, in accordance with Section 01300, shop drawings and product data. -
Submittals shall include the following:
1. Certified shop drawings of each item of equipment and auxiliary apparatus to be furnished.
2. Certified foundation,pump support and anchor bolt plans and details.
3. Schematic electrical wiring diagram and other data as required for complete pump
installation.
4. Literature and drawings describing the equipment in sufficient detail, including parts list and
materials of construction,to indicate full conformance with the detail specifications.
5. Total weight of pumping unit.
6. Performance data curves showing the following parameters as defined in the Hydraulic
Institute Standards over the full operating range of the pump. Variable speed curves shall be
provided showing at least five speeds plotted equally from maximum rpm to minimum rpm.
Minimum rpm shall be no less than that required to obtain minimum flow. Curves shall
show the full recommended range of performance and include shut-off head. This
information shall be prepared specifically for the pump proposed. Catalog sheets showing a
family of curves will not be acceptable.
a. Total head in feet
b. Hydraulic capacity in gallons per minute
c. Horsepower demand
d. Pump efficiency
e. Net positive suction head required in feet T
7. Indicate on the performance curves the point of operation of the pump and the minimum and
maximum recommended operating points.
8. Maximum number of pump starts per hour.
B. Test Reports
1. Certified motor test data as described in Section 01171 or 01175.
2. Tabulated data for the drive motors including rated Hp, 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 without affecting their
design life for bearings or windings.
11210.doc 11210-2 Section 11210—Horizontal Split-Case
Double Suction Pumps
11/30/2007 '�
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. A schedule of the date of shop testing and delivery of the equipment to the job site.
4. Description of pump factory test procedures and equipment.
5. A statement that the pump will function properly as installed with respect to the suction
piping layout.
C. Installation Instructions
1. The MFSS shall provide installation instructions according to Section 01730.
D. Operation and Maintenance Data
1. Complete operating and maintenance instructions shall be furnished for all equipment
included under this Section as provided in Section 01730. The maintenance instructions
shall include troubleshooting data and full preventative maintenance schedules and complete
spare parts lists with ordering information.
1.05 REFERENCE STANDARDS
_ A. Design, manufacturing and assembly of elements of the equipment specified herein shall be in
accordance with,the following:
1. American Gear Manufacturers Association(ALMA)
2. American Institute of Steel Construction(AISC)
3. American Iron and Steel Institute(AISI)
4. American Society of Mechanical Engineers(ASME)
5. American National Standards Institute(ANSI)
6. American Society for Testing Materials(ASTM)
7. American Water Works Association(AWWA)
8. American Welding Society(AWS)
9. American Bearing Manufacturers Association(ABMA)
10. Hydraulic Institute(HI)
11. Institute of Electrical and Electronics Engineers(IEEE)
12. National Electrical Code(NEC)
13. National Electrical Manufacturers Association(NEMA)
14. Occupational Safety and Health Administration(OSHA)
11210.doc 11210-3 Section 11210—Horizontal Split-Case
.� Double Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
15. Steel Structures Painting Council(SSPC)
16. Underwriters Laboratories(UL)
1.06 QUALITY ASSURANCE
A. To assure unity of responsibility,the motors, base plates and pumping rate control system shall
be furnished and coordinated by the pump manufacturer.
B. The equipment covered by this Section is intended to be standard pumping equipment of proven
ability as manufactured by concerns having extensive experience in the production of such
equipment. Units specified herein shall be furnished by a single manufacturer. The equipment
furnished shall be designed and constructed to operate satisfactorily.
C. Pumps shall be manufactured in accordance with the Hydraulic Institute Standards,except
where otherwise specified herein.
D. The pump manufacturer shall be fully responsible for the design,arrangement and operation of _
all connected rotating components of the assembled mounted pumping unit and to ensure that
neither harmful nor damaging vibrations occur at any speed within the specified operating range.
E. Vibration,when measured in the direction of maximum amplitude on either the pump and motor
bearing housings or at the top motor bearing housing, shall not exceed the specified
displacement and velocity limit at any speed within the operating speed range. Refer to Section
01136 for additional information.
1.07 DELIVERY, STORAGE AND HANDLING
A. All parts shall be properly protected so that no damage or deterioration will occur during a
prolonged delay from the time of shipment until installation is completed and the unit and
equipment are ready for operation. -
B. All equipment and parts must be properly protected against any damage during a prolonged
period at the site. Store equipment in accordance with the manufacturer's instructions.
C. Factory assembled parts and components shall not be dismantled for shipment unless permission
is received in writing from the Engineer. _
D. The finished surfaces of all exposed flanges shall be protected by wooden or equivalent blank
flanges, strongly built and securely bolted thereto.
E. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and
corrosion.
F. For protection of bearings during shipment and installation,the bearing shall be properly
processed. Anti-friction bearings, if pre-lubricated, shall be protected in accordance with the
bearing manufacturer's recommendations against formation of rust during a long period of
storage while awaiting completion of installation and start-up of the machine in which they are
used. Anti-friction bearings which are not pre-lubricated shall be properly treated in accordance
with the bearing manufacturer's recommendation against formation of rust during a long period -
11210.doc 11210-4 Section 11210—Horizontal Split-Case
Double Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
of storage, while waiting completion of installation and start-up,by the application of Exxon,
Rust-Ban No. 392 or equal treatment.
1.08 WARRANTY
A. Refer to Section 01740 for equipment warranty requirements and provisions referenced therein.
1.09 SPARE PARTS AND SPECIAL TOOLS
A. Refer to Section 01750 for Spare Parts requirements
B. Refer to Section 01136 for Special Tools requirements.
PART2 PRODUCTS
2.01 GENERAL
A. The pumping units shall all be supplied by one manufacturer and shall be complete including
pumps, motors, steel mounting arrangement,and appurtenances such as,but not limited to,
couplings,guards and gauges.
B. The pumps,motors,and mechanical drives shall be designed and built for 24-hour continuous
service at any and all points within the required range of operation, without overheating,without
cavitation and without excessive vibration or strain. All parts shall be so designed and
proportioned as to have liberal strength, stability and stiffness and to be especially constructed to
meet the specified requirement. Ample room and facilities shall be provided for inspection,
repairs,and adjustment.
C. The pumps and mechanical drives shall conform to the noise limitations specified in Section
01136.
D. Brass, stainless steel or aluminum nameplates giving the name of the manufacturer,model
number and serial number,capacity and other pertinent data shall be attached to each item of
— equipment.
1. Pump nameplates shall include capacity, head, speed and other pertinent information.
T 2. Motor nameplates shall include horsepower,speed,voltage,amperes, service factor and any
other pertinent data.
2.02 PUMPS
A. The pumps shall be Goulds, Flowserve or Ingersol-Dresser.The pumps within each service type
shall be identical in every respect with all parts interchangeable.
B. The pumps shall not be equipped with the largest impeller size for that model pump.
C. The pumps shall operate throughout the entire operating range, within the vibration limits
specified in Section 0 113 6.
11210.doc 11210-5 Section 11210—Horizontal Split-Case
Double Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
D. Flow separation at the inlet of impeller shall not be permitted when it could result in damage to
the impeller. Obvious,excessive hydraulic noise that is characteristic of flow separation shall be
deemed as evidence that flow separation is occurring at the level that will cause damage.
E. Casings shall be of material specified in Sections or 11300A or 11300B,either 316 stainless
steel or cast iron conforming to ASTM A48,Class 30 of sufficient thickness and suitably ribbed
to withstand all stresses and strains of service at full operating pressure. Removal of the upper
half of the casing must allow the rotating element to be removed without disconnecting the
suction and discharge flanges. Lifting eyes shall be cast into the upper casing. The casing shall be provided with tapped and plugged(removable)vent,drain and gauge connections.
F. Impellers shall be of the enclosed double suction type of 316 stainless steel. Impeller shall be
cast in one piece and shall be statically and dynamically balanced. The impeller shall be keyed
to the shaft and firmly held in place or threaded with an anti-rotation device. The arrangement
shall be such that the impeller cannot be loosened by torque from either forward or reverse
rotation.
G. Wearing Rings
1. The filtrate/permeate water and backwash pumps shall be provided with removable leaded
bronze wearing rings ASTM B584,Alloy C93700 or B505,Alloy C93700 for both the
casing and impeller,with the wearing surfaces parallel to the axis of rotation. Pumps in r
contact with chemical solutions shall be provide with stainless steel 420 wear rings. The
impeller wearing ring shall be designed to compensate for a minimum of 1/4-in wear.
2. Wearing rings shall be securely fastened to prevent any relative motion and designed for
easy replacement.
H. Each pump shall be equipped with John Crane,Type 1;A.W. Chesterton, Type 880 or equal,
self-aligning single inside mounted mechanical seal furnished with ceramic stationary and
carbon rotating seal faces. The stuffmg boxes shall be cast integrally with the casing and be
readily accessible.
I. The pump bearings shall be of the heavy duty anti-friction type arranged for oil lubrication -
complete with constant-level oiler grease lubrication with pressure device designed in
accordance with AB MA Standards for a minimum B-10 life of 100,000 hours,without the
addition of external cooling. The inboard and outboard bearings shall be interchangeable.
Removable bearing housings shall be bolted and doweled to bearing brackets that are cast
integral with the pump lower half casing.
J. Pump shaft(s)shall be 316 stainless steel, rigid-shaft type and of sufficient size to transmit the j
full driver horsepower with a liberal safety factor,accurately machined over the entire length and
free from harmful and damaging vibrations. The shaft(s)shall be protected from wear in the
stuffmg box areas by renewable stainless steel shaft sleeves with a minimum 300 to 350 Brinell
hardness and a 32 micro-mesh inch surface finish. The sleeves shall be sealed to prevent leakage
between the sleeve and the shaft. Shrink fit shaft sleeves will not be acceptable.
K. Furnish and install tapped holes in the suction and discharge flanges and 1/4-in copper pipe
nipples complete with "T"-handle cocks for use in connecting pressure gauges. Nipples shall be
11210.doc 1 1210-6 Section 11210—Horizontal Split-Case
Double Suction Pumps _
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
of such length and provided with elbows if necessary so that a pressure gauge may be easily
installed and read.
M. The pumps shall be provided with two glycerin-filled suction and discharge pressure gauges with
a 1/4-in NPT inlet and 4.5-in dials meeting the requirements of Section 13315. The suction
— gauges shall be of the compound type to indicate both vacuum and pressure. The gauges shall be
connected to the pump nozzles. All fittings and cocks shall be red brass.
- N. Each pump shall be equipped with the following:
1. Suction and discharge pressure gauges or combination gauge.
2. Suction and discharge line-size flexible connectors.
3. Line-size gate valve or butterfly valve at the pump suction and check valve and combination
shut-off and balancing valve at the pump discharge.
2.03 PUMP DRIVE SYSTEM
A. Each pump shall be driven by a vertical solid shaft squirrel cage induction electric motor and
shall meet all the requirements of Section 01171. Motor shall be TEFC enclosed and shall
include a condensation space heater and winding temperature detectors as specified in Section
01171. Maximum motor speed for the pumping systems shall be less than or equal to 1800 rpm.
B. Each pump shall be directly connected to its driver by means of a Falk's;Fast's or equal all metal
flexible coupling, suitably sized to transmit the required driving torque and to accommodate
unavoidable shaft misalignment.
2.04 BASE PLATES
A. The pump and driving motor shall be mounted on an extended fabricated steel or cast iron base
plate,with provision to collect leakage and shall be of sufficient size and rigidity to support the
unit and prevent harmful or damaging vibration. A 3/4-in drain tap and copper pipe nipple shall
be provided.
2.05 SURFACE PREPARATION AND SHOP PRIMING
A. Each combined pedestal mounted pumping unit, including pump,motor and base plate shall be
prepared and shop-primed as specified in Section 09901. The shop primer shall be compatible
with the finish paint.
2.06 SHOP TESTING
A. The Engineer shall have the right to witness the factory tests and inspect any equipment to be
furnished under this Section prior to their shipment from place of manufacture. The Engineer will
bear the cost of his or her own travel expenses for witnessed factory tests.
B. Each pump being furnished in this Section shall be factory tested in accordance with the latest
edition of the Hydraulic Institute Standards. Certified copies of the Hydrostatic Test Report shall
be supplied prior to conducting a pump performance test. Notification of such test and a list of
11210.doc 11210-7 Section 11210—Horizontal Split-Case
_ Double Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
test equipment and procedures shall be furnished to the Engineer at least 10 working days before
the schedule test date.
1. Each pump shall be tested and data recorded at its operating conditions of service. Pumps
shall be tested and data recorded at shut-off head. Sufficient test point readings shall be
made to establish complete head flow capacity,efficiency and brake horsepower curves for
each pump.
2. In addition,one pump shall be tested at three additional equally spaced speeds between
minimum and maximum speeds.
3. All gauges and other test instruments shall be calibrated within 30 days of the scheduled test
and certified calibration data shall be provided. All Venturi flow meters shall be calibrated
within 2 years of the scheduled test and certified calibration data shall be provided.
r0
4. Test one pump for NPSR.
C. Pump motor tests as specified in Section 01171 or 01175 shall be submitted for approval by _
Engineer prior to shipping.
PART 3 EXECUTION k
3.01 INSTALLATION
A. Installation of horizontal axial split-case,double suction pumps will be performed by the General
Contractor and overseen by the MFSS.
B. A certificate from each equipment manufacturer shall be submitted stating that the installation of the equipment is satisfactory,that the equipment is ready for operation,and that the operating
personnel have been suitably instructed in the operation, lubrication and care of each unit.
C. The equipment manufacturer shall furnish the services of a competent and experienced
representative who has complete knowledge of proper operation and maintenance of the
equipment for a period of not less than five(5)days in two separate visits for each type of pump
to inspect the installed equipment, supervise the initial test run, and to provide instructions to the
plant personnel. The first visit will be for checking and inspecting the equipment after it is
installed. The second visit will be to operate and supervise the initial field test. At least two(2)
days shall be allocated solely to the instruction of plant personnel in operation and maintenance
of the equipment. This instruction period shall be scheduled at least ten days in advance with the
Owner and shall take place prior to plant startup and acceptance by the Owner. The final copies _
of operation and maintenance manuals specified in Section 01730 must have been delivered to
the Engineer prior to scheduling the instruction period with the Owner.
3.02 FIELD TESTS
A. In the presence of the Engineer, such tests as necessary to indicate that the pumps and motors and
conform to the capacities and heads specified shall be performed. If a pump performance does
not meet the specified requirements,corrective measures shall be taken or the pump shall be
removed and replaced with a pump which satisfies the conditions specified. All test procedures
shall be in accordance with factory test procedures specified above, and certified results of tests
11210.doc 11210-8 Section 11210—Horizontal Split-Case
Double Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
shall be submitted. Provide,calibrate and install all temporary gauges and meters, shall 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 30
days prior to testing.
B. After installation and as soon as conditions permit full speed operation,and in the presence of the
Engineer,have the vibration tests performed on each of the units to(a)prove compliance with
specified limitations, and(b) prove that there are no field installed resonant conditions due to
misalignment,the foundation,or the connecting piping and its supports, when operating at any
speed within the specified operating range.
= END OF SECTION
11210.doc 1 1210-9 Section 11210—Horizontal Split-Case
Double Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE INTENTIONALLY LEFT BLANK
11210.doc 11210-10 Section 11210—Horizontal Split-Case
Double Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11211
HORIZONTAL END SUCTION PUMPS
PART1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all labor,materials,equipment and incidentals required,and operate and
test horizontal end suction centrifugal pumps complete with drivers,mounting arrangement and
v controls as specified herein.
B. All necessary and desirable accessory equipment and auxiliaries whether specifically mentioned
in this Section or not shall be furnished as required for the operation of the membrane filtration
system. Also included shall be 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.
1.02 RELATED WORK
A. Section 0 113 6,General Equipment Requirements
B. Section 01171, Electric Motors
C. Section 01300, Submittals
D. Section 01715, Equipment Operation and Maintenance Training
E. Section 0 173 0, Installation,Operation and Maintenance Manuals
F. Section 01740, Warranty
G. Section 01750, Spare Parts
H. Surface preparation and shop priming are included in Section 09901.
I. Section 11300-A, Submerged Membrane Filtration System
v J. Section 11300-13, Pressure Membrane Filtration System
K. Division 13, Instrumentation and Controls
L. Division 15,Valves,mechanical piping and appurtenances and pipe hangers and supports are
included in Division 15.
l 1.03 COORDINATION
A. The MFSS shall obtain the pumps specified herein from a single pump supplier. The MFSS
shall be responsible for coordination of component equipment including pumps, motors,and
1121 Ldoc 11211-1 Section l l2l l—Horizontal End Suction Pumps
l l/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
sm
controls, as specified by the Contract Documents, and equipment provided by the General
Contractor(VFDs, MCCs, etc.).
1.04 SUBMITTALS
A. The MFSS shall submit, in accordance with Section 01300, shop drawings and product data. —
Submittals shall include the following:
1. Certified shop drawings of each item of equipment and auxiliary apparatus to be furnished.
2. Certified foundation, pump support and anchor bolt plans and details.
3. Schematic electrical wiring diagram and other data as required for complete pump
installation.
4. Literature and drawings describing the equipment in sufficient detail, including parts list and
materials of construction,to indicate full conformance with the detail specifications.
5. Total weight of pumping unit.
6. Performance data curves showing the following parameters as defined in the Hydraulic
Institute Standards over the full operating range of the pump. Variable speed curves shall be
provided showing at least five speeds plotted equally from maximum rpm to minimum rpm.
Minimum rpm shall be no less than that required to obtain minimum flow. Curves shall
show the full recommended range of performance and include shut-off head. This !
information shall be prepared specifically for the pump proposed. Catalog sheets showing a
family of curves will not be acceptable.
a. Total head in feet
b. Hydraulic capacity in gallons per minute
c. Horsepower demand
d. Pump efficiency
e. Net positive suction head required in feet _
7. Indicate on the performance curves the point of operation of the pump and the minimum and
maximum recommended operating points.
8. Maximum number of pump starts per hour.
B. Test Reports
1. Certified motor test data as described in Section 01171 or 01175.
2. Tabulated data for the drive motors including rated Hp,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 •
11211.doc 11211-2 Section 11211—Horizontal End Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
the motors are capable of continuous operation on the power supply without affecting their
design life for bearings or windings.
3. A schedule of the date of shop testing and delivery of the equipment to the job site.
4. Description of pump factory test procedures and equipment.
5. A statement that the pump will function properly as installed with respect to the suction
4 piping layout.
C. Installation Instructions
1. The MFSS shall provide installation instructions according to Section 01730.
D. Operation and Maintenance Data
1. Complete operating and maintenance instructions shall be furnished for all equipment
included under this Section as provided in Section 01730. The maintenance instructions
shall include troubleshooting data and full preventative maintenance schedules and complete
spare parts lists with ordering information.
1.05 REFERENCE STANDARDS
A. Design, manufacturing and assembly of elements of the equipment specified herein shall be in
accordance with,the following:
1. American Gear Manufacturers Association(AGMA)
2. American Institute of Steel Construction(AISC)
— 3. American Iron and Steel Institute(AISI)
4. American Society of Mechanical Engineers(ASME)
5. American National Standards Institute(ANSI)
6. American Society for Testing Materials(ASTM)
7. American Water Works Association(AWWA)
8. American Welding Society(AWS)
9. American Bearing Manufacturers Association(ABMA)
10. Hydraulic Institute(HI)
11. Institute of Electrical and Electronics Engineers(IEEE)
12. National Electrical Code(NEC)
11211.doc 11211-3 Section 11211—Horizontal End Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
13. National Electrical Manufacturers Association(NEMA)
14. Occupational Safety and Health Administration(OSHA)
15. Steel Structures Painting Council(SSPC)
16. Underwriters Laboratories(UL)
B. Where reference is made to one of the above standards, the revision in effect at the time of bid
opening shall apply.
1.06 QUALITY ASSURANCE A. To assure unity of responsibility, the motors, base plates and pumping rate control system shall
be furnished and coordinated by the pump manufacturer.
B. The equipment covered by this Section is intended to be standard pumping equipment of proven
ability as manufactured by concerns having extensive experience in the production of such _
equipment. Units specified herein shall be furnished by a single manufacturer.
C. Pumps shall be manufactured in accordance with the Hydraulic Institute Standards, except
where otherwise specified herein.
D. The pump manufacturer shall be fully responsible for the design,arrangement and operation of
all connected rotating components of the assembled mounted pumping unit and to ensure that
neither harmful nor damaging vibrations occur at any speed within the specified operating range.
E. Vibration, when measured in the direction of maximum amplitude on either the pump and motor `
bearing housings or at the top motor bearing housing, shall not exceed the specified
displacement and velocity limit at any speed within the operating speed range. Refer to Section
01136 for additional information. —
1.07 SYSTEM DESCRIPTION
A. The pumps shall be horizontal end suction centrifugal pumps with stainless steel impeller with
stable constantly rising curve to shut-off head, stainless steel casing wearing rings, flexible
coupling and extended rigid structural steel base plate under each pump and driving motor.
1.08 DELIVERY, STORAGE AND HANDLING
A. All parts shall be properly protected so that no damage or deterioration will occur during a
prolonged delay from the time of shipment until installation is completed and the unit and
equipment are ready for operation.
B. All equipment and parts must be properly protected against any damage during a prolonged
period at the site. Store equipment in accordance with the manufacturer's instructions.
C. Factory assembled parts and components shall not be dismantled for shipment unless permission
is received in writing from the Engineer.
a
11211.doc 11211-4 Section 11211—Horizontal End Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
D. The finished surfaces of all exposed flanges shall be protected by wooden or equivalent blank
flanges, strongly built and securely bolted thereto.
E. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and
corrosion.
F. For protection of bearings during shipment and installation,the bearing shall be properly
processed. Anti-friction bearings, if pre-lubricated, shall be protected in accordance with the
bearing manufacturer's recommendations against formation of rust during a long period of
storage while awaiting completion of installation and start-up of the machine in which they are
used. Anti-friction bearings which are not pre-lubricated shall be properly treated in accordance
with the bearing manufacturer's recommendation against formation of rust during a long period
of storage,while waiting completion of installation and start-up,by the application of Exxon,
Rust-Ban No. 392 or equal treatment.
1.08 WARRANTY
A. Refer to Section 01740 for equipment warranty requirements and provisions referenced therein.
1.09 SPARE PARTS AND SPECIAL TOOLS
A. Refer to Section 01750 for Spare Parts requirements
B. Refer to Section 01136 for Special Tools requirements.
PART 2 PRODUCTS
2.01 GENERAL
A. The pumping units shall all be supplied by one manufacturer and shall be complete including
pumps,motors, steel mounting arrangement, and appurtenances such as, but not limited to,
couplings,guards and gauges.
B. The pumps, motors,and mechanical drives shall be designed and built for 24-hour continuous
service at any and all points within the required range of operation,without overheating,without
cavitation and without excessive vibration or strain. All parts shall be so designed and
proportioned as to have liberal strength, stability and stiffness and to be especially constructed to
meet the specified requirement. Ample room and facilities shall be provided for inspection,
repairs,and adjustment.
C. The pumps and mechanical drives shall conform to the noise limitations specified in Section
01136.
D. Brass, stainless steel or aluminum nameplates giving the name of the manufacturer,model
number and serial number,capacity and other pertinent data shall be attached to each item of
equipment.
a. Pump nameplates shall include capacity, head, speed and other pertinent information.
11211.doc 11211-5 Section 11211—Horizontal End Suction Pumps
} 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. Motor nameplates shall include horsepower, speed,voltage, amperes, service factor and any
other pertinent data.
2.02 MATERIALS AND EQUIPMENT
A. The pumps shall be Goulds, Flowserve, or Ingersol-Dressor. -'
B. The pumps shall operate throughout the entire operating range,within the vibration limits
specified in Section 01136.
C. The pumps shall not be equipped with the largest impellor size for that model pump.
D. The equipment specified herein is intended to be standard pumping equipment of proven ability
as manufactured by reputable concerns having long experience in the production of such
equipment. The equipment furnished shall be designed in accordance with the best practice and
methods and shall operate satisfactorily when installed.
E. The pumps shall be constructed according to ASME B73.1M. r.
F. Casings shall be of material specified in Sections 11300A or 1130013,either 316 stainless steel or
cast iron conforming to ASTM A48, Class 30 of sufficient thickness and suitably ribbed to
withstand all stresses and strains of service at full operating pressure. The casing shall be
provided with tapped and plugged(removable)vent, drain and gauge connections.
G. Impellers shall be of 316 stainless steel. Impeller shall be cast in one piece and shall be statically
and dynamically balanced. The impeller shall be keyed to the shaft and firmly held in place or
threaded with an anti-rotation device.The arrangement shall be such that the impeller cannot be
loosened by torque from either forward or reverse rotation.
H. Each pump shall be equipped with a mechanical seal as follows:
1. For shaft/sleeve diameter less than 1-1/2-in,John Crane,Type 88S; A.W. Chesterton, Type
123 or equal cartridge seal with ceramic/carbon faces.
2. For shaft/sleeve diameter 1-1/2-in and larger,John Crane, Type 1 or A.W. Chesterton, Type
880 or equal seal with ceramic/carbon faces.
I. All parts shall be so designed and proportioned as to have liberal strength and stiffness and to be
especially adapted for the work to be done. Ample room and facilities shall be provided for
inspection,repairs and adjustment. _
J. Pump bases shall be rigidly and accurately anchored into position,precisely leveled and aligned,
so that the completed installation is free from stress or distortion. Pumps and pump bases shall
have adequate provisions to collect drainage and conduct it away to nearest drain.
K. The nameplate ratings for the motors shall not be exceeded, nor shall the design service factor be
reduced when its pump is operating at any point on its characteristic curve at maximum speed.
11211.doc 11211-6 Section 11211—Horizontal End Suction Pumps
11/30/2007 `
City of Fort Worth
Northwest WTP—Membrane Filtration System
L. All pumps shall be designed and built for 24-hour continuous service at any and all points within
the specified range of operation,without overheating,without cavitation,and without excessive
vibration or strain.
M. Each pump shall be equipped with the following:
1. Suction and discharge pressure gauges or combination gauge.
2. Suction and discharge line-size flexible connectors.
3. Line-size gate valve or butterfly valve at the pump suction and check valve and combination
shut-off and balancing valve at the pump discharge.
M. The pumps shall be provided with two glycerin-filled suction and discharge pressure gauges with
a 1/4-in NPT inlet and 4.5-in dials meeting the requirements of Section 13315. The suction
gauges shall be of the compound type to indicate both vacuum and pressure. The gauges shall be
connected to the pump nozzles. All fittings and cocks shall be red brass.
2.03 PUMP DRIVE SYSTEM
A. Electric motors shall meet the requirements of Section 01171. Motor shall be TEFC enclosed
and shall include a condensation space heater and winding temperature detectors as specified in
Section 01171. Maximum motor speed for the pumping systems shall be less than or equal to
1800 rpm.
2.04 BASE PLATES
A. The pump and driving motor shall be mounted on an extended fabricated steel or cast iron base
plate,with provision to collect leakage and shall be of sufficient size and rigidity to support the
unit and prevent harmful or damaging vibration. A 3/4-in drain tap and copper pipe nipple shall
be provided.
2.05 SHOP TESTING
A. The Engineer shall have the right to witness the factory tests and inspect any equipment to be
furnished under this Section prior to their shipment from place of manufacture.
B. Each pump being furnished in this Section shall be factory tested in accordance with the latest
edition of the Hydraulic Institute Standards. Certified copies of the Hydrostatic Test Report shall
be supplied prior to conducting a pump performance test. Notification of such test and a list of
test equipment and procedures shall be furnished to the Engineer at least 10 working days before
the schedule test date.
1. Each pump shall be tested and data recorded at its operating conditions of service. Pumps
shall be tested and data recorded at shut-off head. Sufficient test point readings shall be
made to establish complete head flow capacity,efficiency and brake horsepower curves for
each pump.
2. In addition,one pump shall be tested at three additional equally spaced speeds between
minimum and maximum speeds.
11211.doc 1121 1-7 Section 11211—Horizontal End Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. All gauges and other test instruments shall be calibrated within 30 days of the scheduled test
and certified calibration data shall be provided. All Venturi flow meters shall be calibrated
within 2 years of the scheduled test and certified calibration data shall be provided.
4. Test one pump for NPSR.
C. Pump motor tests as specified in Section 01171 or 01175 shall be submitted for approval by
Engineer prior to shipping.
2.06 SHOP PAINTING
A. All surfaces shall be prepared and shop primed, as part of the work under this Section, as
specified in Section 09901.
PART 3 EXECUTION _
3.01 INSTALLATION
A. Installation of all pumps will be performed by the General Contractor and overseen by the MFSS.
B. A certificate from each equipment manufacturer shall be submitted stating that the installation of
the equipment is satisfactory,that the equipment is ready for operation,and that the operating
personnel have been suitably instructed in the operation, lubrication and care of each unit.
C. The equipment manufacturer shall furnish the services of a competent and experienced
representative who has complete knowledge of proper operation and maintenance of the
equipment for a period of not less than five(5)days in two separate visits for each type of pump
to inspect the installed equipment, supervise the initial test run,and to provide instructions to the -
plant personnel. The first visit will be for checking and inspecting the equipment after it is
installed. The second visit will be to operate and supervise the initial field test. At least two(2)
days shall be allocated solely to the instruction of plant personnel in operation and maintenance 4
of the equipment. This instruction period shall be scheduled at least ten days in advance with the
Owner and shall take place prior to plant startup and acceptance by the Owner. The final copies
of operation and maintenance manuals specified in Section 01730 must have been delivered to
the Engineer prior to scheduling the instruction period with the Owner.
3.02 FIELD TESTS
A. In the presence of the Engineer, such tests as necessary to indicate that the pumps and motors and
conform to the capacities and heads specified shall be performed. If a pump performance does
not meet the specified requirements,corrective measures shall be taken or the pump shall be
removed and replaced with a pump which satisfies the conditions specified. All test procedures
shall be in accordance with factory test procedures specified above, and certified results of tests
shall be submitted. Provide, calibrate and install all temporary gauges and meters, shall 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 30
days prior to testing. -
B. After installation and as soon as conditions permit full speed operation, and in the presence of the
Engineer,have the vibration tests performed on each of the units to(a)prove compliance with -
11211.doc 11211-8 Section 11211—Horizontal End Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
specified limitations, and(b)prove that there are no field installed resonant conditions due to
misalignment, the foundation,or the connecting piping and its supports, when operating at any
speed within the specified operating range.
END OF SECTION
L �
11211.doc 11211-9 Section 11211—Horizontal End Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
r�
r
w
THIS PAGE INTENTIONALLY LEFT BLANK
1121 Ldoc 11211-10 Section 11211—Horizontal End Suction Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11212
MISCELLANEOUS PUMPS
- PART1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all labor, materials,equipment and incidentals required and test the below
noted pumps as specified herein.
B. The MFSS shall furnish all necessary and desirable accessory equipment and auxiliaries whether
specifically mentioned in this Section or not,as required for the operation of the membrane
filtration system.
C. Pumps under this Section:
1. Diaphragm Chemical Metering Pumps
2. Compressed Air Driven Vacuum Pumps
1.02 RELATED WORK
` A. Section 01136,General Equipment Requirements
B. Section 01171, Electric Motors
C. Section 01175,Large Electric Motors
D. Section 01300, Submittals
E. Section 01715, Equipment Operation and Maintenance Training
F. Section 01730, Installation,Operation and Maintenance Manuals
G. Section 01740, Warranty
H. Section 01750, Spare Parts
1. Surface preparation and shop priming are included in Section 09901.
J. Section 11300-A, Submerged Membrane Filtration System
K. Section 11300-13, Pressure Membrane Filtration System
L. Division 13, Instrumentation and Controls
M. Division 15,Valves,mechanical piping and appurtenances and pipe hangers and supports are
- included in Division 15.
11212.doc 11212-1 Section 11212—Miscellaneous Pumps
- 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.03 COORDINATION
A. The MFSS shall obtain all pumps of similar service specified herein from a single pump supplier.
The MFSS is responsible for equipment coordination and shall furnish all equipment,materials,
appurtenances, specialty items,and services not provided by the suppliers but required for a
complete and operable system.
1.04 SUBMITTALS
A. The MFSS shall submit, in accordance with Section 0 13 00, shop drawings and product data.
Submittals shall include the following:
1. Manufacturer's certified rating data.
2. Certified shop drawings showing important details of construction,dimensions and anchor
bolt locations.
3. Descriptive literature, bulletins and/or catalogs of the equipment.
4. Total weight of the equipment.
5. Complete bill of materials.
6. All information required by Section 01136.
7. Description of surface preparation and paint.
8. Description of all non-conforming aspects in the event that it is impossible to conform with
certain details of this Specification due to different manufacturing techniques.
9. Installation,operation and maintenance instructions
10. Recommended spare parts other than those specified.
B. Installation Instructions
1. The MFSS shall provide installation instructions according to Section 0 173 0.
C. Operation and Maintenance Data
1. Complete operating and maintenance instructions shall be furnished for all equipment
included under this Section as provided in Section 01730. The maintenance instructions
shall include troubleshooting data and full preventative maintenance schedules and complete
spare parts lists with ordering information.
1.05 REFERENCE STANDARDS
A. Design, manufacturing and assembly of elements of the equipment specified herein shall be in
accordance with,the following:
11212.doc 11212-2 Section 11212—Miscellaneous Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1. American Gear Manufacturers Association(AGMA)
2. American Institute of Steel Construction(AISC)
3. American Iron and Steel Institute(AISI)
4. American Society of Mechanical Engineers(ASME)
5. American National Standards Institute(ANSI)
6. American Society for Testing Materials(ASTM)
7. American Water Works Association(AWWA)
8. American Welding Society(AWS)
9. American Bearing Manufacturers Association(ABMA)
10. Hydraulic Institute(HI)
11. Institute of Electrical and Electronics Engineers(IEEE)
12. National Electrical Code(NEC)
= 13. National Electrical Manufacturers Association(NEMA)
14. Occupational Safety and Health Administration(OSHA)
15. Steel Structures Painting Council(SSPC)
16. Underwriters Laboratories(UL)
B. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
1.06 QUALITY ASSURANCE
a A. The equipment covered by this Section is intended to be standard pumping equipment of proven
ability as manufactured by concerns having extensive experience in the production of such
equipment. Units specified herein shall be furnished by a single manufacturer.
B. The pump manufacturer shall be fully responsible for the design,arrangement and operation of
all connected rotating components of the assembled mounted pumping unit and to ensure that
neither harmful nor damaging vibrations occur at any speed within the specified operating range.
C. Vibration,when measured in the direction of maximum amplitude on either the pump and motor
bearing housings or at the top motor bearing housing, shall not exceed the specified displacement
and velocity limit at any speed within the operating speed range. Refer to Section 01136 for
additional information.
11212.doc 11212-3 Section 11212—Miscellaneous Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.07 DELIVERY, STORAGE AND HANDLING
A. All parts shall be properly protected so that no damage or deterioration will occur during a
prolonged delay from the time of shipment until installation is completed and the unit and
equipment are ready for operation.
B. All equipment and parts must be properly protected against any damage during a prolonged
period at the site. Store equipment in accordance with the manufacturer's instructions.
C. Factory assembled parts and components shall not be dismantled for shipment unless permission
is received in writing from the Engineer.
D. The finished surfaces of all exposed flanges shall be protected by wooden or equivalent blank
flanges, strongly built and securely bolted thereto.
E. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and
corrosion.
F. For protection of bearings during shipment and installation,the bearing shall be properly
processed. Anti-friction bearings, if pre-lubricated, shall be protected in accordance with the
bearing manufacturer's recommendations against formation of rust during a long period of
storage while awaiting completion of installation and start-up of the machine in which they are
used. Anti-friction bearings which are not pre-lubricated shall be properly treated in accordance
with the bearing manufacturer's recommendation against formation of rust during a long period
of storage,while waiting completion of installation and start-up,by the application of Exxon,
Rust-Ban No. 392 or equal treatment.
1.08 WARRANTY
A. Refer to Section 01740 for equipment warranty requirements and provisions referenced therein.
1.09 SPARE PARTS AND SPECIAL TOOLS
A. Refer to Section 01750 for Spare Parts requirements
B. Refer to Section 01136 for Special Tools requirements.
PART 2 PRODUCTS
2.01 GENERAL
A. The pumping units shall all be supplied by one manufacturer and shall be complete including
pumps,motors, steel mounting arrangement,controls and appurtenances such as, but not limited
to,couplings,guards and gauges. x
B. The pumps and drives shall conform to the noise limitations specified in Section 01136.
C. Brass, stainless steel or aluminum nameplates giving the name of the manufacturer, model
number and serial number,capacity and other pertinent data shall be attached to each item of
equipment.
11212.doc 11212-4 Section 11212—Miscellaneous Pumps
11/30/2007 '
City of Fort Worth
Northwest WTP—Membrane Filtration System
1. Pump nameplates shall include capacity,head, speed and other pertinent information.
2. Motor nameplates shall include horsepower, speed,voltage, amperes, service factor and any
other pertinent data.
2.02 CHEMICAL METERING PUMP SYSTEMS
A. Each chemical feed system shall be completely assembled,mounted,calibrated,tested, and
-.. delivered to the site on a single skid. Components to be mounted on the skid shall include at a
minimum two metering pumps(one duty and one standby), calibration columns,piping,valves,
piping accessories(pulsation dampeners,back pressure valves, pressure relief valves,and wiring
integral to the skid.
B. Chemical feed skids shall be constructed of injection welded black pipe-grade polyethylene or
polypropylene sheets with adequate supports for all equipment and piping. The skid sheets must
be a minimum of 3/8"trade thickness and gusseted to provide adequate support for all
components. The front and rear of the skid shall have two notched openings,minimum 6"x2",
to allow the system to be moved via forklift. The system skid shall include a minimum of 2
lifting lugs that have a minimum hole diameter of 3/4". The lugs shall be securely hastened to the
skid. Prior to welding, all surfaces will be scraped smooth to expose clean material for fusion
welding and reduce impurities in the weld.
C. The pump skid shall incorporate a minimum 1"drip rim on the lower component-mounting
surface. Additionally,the surface shall include a drilled and tapped, 3/4"NPT,port on the
= surface. This shall be suitable for installing a drain in the field application. The port shall be
plugged using a PVC 3/4"MNPT pipe plug.
— D. All suction pipe shall be sloped at a gradient of not less than 2 inches per foot of pipe with the
low point at the pump suction connection.
-- F. Clear PVC piping shall be used between the Y-Strainer and pump suction valve. This will allow a
visual inspection of the liquid in the injection line during operation.Additionally,clear PVC
piping shall be used from the pressure relief valve back to the suction piping to allow visual
R verification of relief flow.
G. All PVC piping and fittings shall be schedule 80 and readily available locally. Special machined
fittings/blocks that are not of standard manufacture will not be accepted. PVC unions shall not be
used. Where a pipe fitting joint is required, it shall be socket-welded flanged. When available,all
PVC valves shall be unibody type without tru-union joints and shall be installed with socket-
welded flanges.All PVC butterfly valves shall be lug type for dead-end service.
H. Feed system piping shall include an air bleed/flush connection on the suction and discharge of
each pump. The bleed/flush connections should be located on the interior of the pump isolation
valves to allow for all lines to be purged of air after the bulk tank is filled and allow the pump to
be flushed prior to maintenance being performed.
I. The Pulsation dampener shall be sized to allow a maximum of+/- 5%pressure oscillation. The
pulsation dampener should be located 12"or closer to the pump discharge.
11212.doc 11212-5 Section 11212—Miscellaneous Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
J. Backpressure valves shall be of the in-line diaphragm design. Backpressure valve shall be set at
60 psig from the factory. Once in the field the backpressure valve should be set at 10-20 psig
above injection pressure.
K. Provide one calibration column per pump or otherwise arrange piping such that one pump can be
calibrated while the other pumps are fully operational. The calibration column shall be schedule
40 clear CPVC with schedule 80 fittings. Standpipe shall have threaded connection to suction
piping and to the discharge piping so that the column can be filled by gravity from the day tank or
by the pumps. The column discharge piping shall include a tee with ball valve for air venting, as
indicated on the drawings. Provide standpipe of height 12 inches and diameter 1 inch for each
pump such that the measurable capacity of the standpipe is approximately 1 minute of discharge at
maximum pumping capacity. Calibration column shall be by PULSA series,or equal.Column
shall be mounted with its bottom approximately 5'-0"above the floor so that it can be read by an
operator in a standing position.
L. All components of the skid-mounted system(pumps,piping and controls)shall be factory pressure
tested with water prior to shipment. Certification of factory testing shall be included in
installation,operation and maintenance manuals.
M. The metering pumps shall use flanged connections on the suction and discharge of the pump in
order to allow removal of the pump without disturbing the suction or discharge piping.
N. All piping/accessory support shall be from skid base or rear panel. Piping/accessory support
from above is not acceptable. All piping accessories shall be securely fastened to the frame or
supported with stand-offs.The use of steel bands or strapping shall not be acceptable. w
O. The metering system shall incorporate 2"liquid filled gauges on the suction and discharge of the
pump. Each gauge shall be protected by a glycerin filled gauge protector that is capable of —
operation from 25"Hg to 150 psig. The suction gauge shall be a 30"Hg to 30 psig compound
gauge. The discharge gauge shall be 0-150 psig. The casings of the gauge shall be stainless steel
and accuracy shall be 2%or better. Gauge assemblies shall incorporate a'h"isolation valve on the
liquid side of the gauge isolator.
P. The highest point of the suction piping will incorporate a''/z"vent that will be plugged prior to
shipment. This can be field-removed and plumbed to the top of the bulk storage in the field to
remove trapped vapor from the suction line that may accumulate during operation.
Q. Each pump and its associated accessories shall have their power and control wiring factory wired T
to a terminal box mounted on the skid(i.e.,two terminal boxes shall be provided for a dual pump
skid). Each pump shall have a dedicated on/off selector switch mounted to the skid.
11212.doc 11212-6 Section 11212—Miscellaneous Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
R. Positive Displacement Pumps
T 1. The two(one duty and one installed spare)feed pumps shall be single-head,positive
displacement, solenoid or motor driven diaphragm type solution metering pumps as
manufactured by Wilden,or Prominent. The pumps shall accept a 120 volt power, single
phase, 60 Hz power supply. The pumps shall be mounted to the skids as noted above and
provided with all necessary accessories, including back-pressure valves, pressure relief
valves,calibration columns, basket strainers,etc.,as shown on the drawings and noted
above.
2. The pump shall employ an integral flow switch capable of alarming,via dry contact closure,
_ a zero flow condition when pump is operating. This shall be used to detect situations where
the pump motor is running but no fluid is being pumped due to failure of the pumping
mechanism.
3. Pump bases shall be rigidly and accurately anchored into position. Furnish and install all
necessary foundation bolts,plates,nuts and washers. Anchor bolts,nuts and washers shall
be of Type 316 stainless steel.
4. Brass or stainless steel nameplates giving the name of the manufacturer, serial number,
model number, horsepower, speed,voltage,amperes and all other pertinent data shall be
attached to each motor and magnetic drive.
5. The nameplate ratings for the motors and magnetic drives shall not be exceeded,nor shall
the design service factor be reduced when its pump is operating at any point on its
characteristic curve at maximum speed.
6. Wetted parts shall utilize polypropylene,PVC,or PTFE materials that are chemically
resistant to the chemicals being pumped.
R 7. Balls shall be alumina ceramic/glass or PTFE.
8. Performance Requirements
1. The pumps shall be designed and manufactured for the conditions of service calculated by
MFSS. Pumps must provide the average feed rate at the required average discharge
pressure while operating in the middle third of their capacity range.
2. Pumps shall provide the following minimum turndown capability:
a. Speed 10:1
b. Stroke 100:1
c. Overall 1000:1
2.03 COMPRESSED AIR DRIVE VACUUM PUMPS
A. Compressed air driven vacuum pump shall be by as manufacturer by PIAB,or equal.
11212.doc 11212-7 Section 11212—Miscellaneous Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. The vacuum pump shall be driven directly by compressed air using a multi-stage ejector. The
pumps shall be of chemical/corrosion resistant material. Fittings shall be stainless steel material.
Pump shall be rated for continuous operation.
C. Pump shall have a built-in anti-suck-back valve mounted at the pump inlet.
D. Each pump and motor shall be fitted with a nameplate indicating model and serial number.
2.04 SURFACE PREPARATION AND SHOP PRIME PAINTING A. Each piece of equipment in the pumping system including pump, support system and motor shall
be prepared shop-primed as specified in Section 09901. The shop primer shall be compatible v
with the finish paint.
PART 3 EXECUTION
3.01 INSTALLATION
A. Installation of all pumps will be performed by the General Contractor and overseen by the MFSS. f
3.02 TESTING
A. Upon completion of installation, conduct tests, in the presence of the Engineer,to demonstrate that
pump operation is in conformance with the Specifications and that the pumps operate without
excessive noise,vibration, or overheating. Testing shall verify the specified head and capacity.
B. If the pump performance does not meet the Specifications,corrective measures shall be taken,or
the pumps shall be removed and replaced with pumps which satisfy the conditions specified,at no -
additional cost to the Owner. The pumps shall then be retested.
END OF SECTION -
11212.doc 11212-8 Section 11212—Miscellaneous Pumps
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11244
FIBERGLASS STORAGE TANKS
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment,and incidentals required and install ready for operation,
one(1)fiberglass filament wound Acid CIP Batch tank, one(1)Caustic/Hypochlorite CIP Batch
Tank,one(1)Hypochlorite day/bulk tank, one(1)Backwash Storage tank,one(1)Neutralization
Tank and all appurtenances as necessary.The tanks and accessories shall be the responsibility of
the MFSS.
B. Filament-wound fiberglass tank refers to the storage tank,nozzles,fittings,and accessories
required for chemical storage.All necessary and desirable accessory equipment and auxiliaries
whether specifically mentioned in this Section or not shall be furnished and installed as required
for an installation incorporating the highest standards for this type of service. Also included shall
be 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.
1.02 RELATED WORK
A. Concrete is included in Division 3.
B. Instrumentation and control equipment is included in Division 13.
C. Piping,valves,pipe hangers and supports other than those specified herein are included in the
respective Sections of Division 15.
1.03 SUBMITTALS
A. Submit to the Engineer, in accordance with Section 01300, shop drawings showing details of
construction and erection as follows:
1. Fabricator's catalog information,descriptive literature, specifications,and identification of
materials of construction. Include complete resin system information.
2. Shop and erection drawings(including but not limited to dimensions of tank,wall
thicknesses, location and size of fittings, attachments and joints as well as width and
thickness of joint overlays).
3. Complete design calculations for tanks, supports and appropriate accessories.
4. Tank data indicating equipment number,pressure rating, diameter, straight shell lengths,
overall lengths,wall thickness,resin type, and details of nozzle designs.
5. Tank capacity chart indicating gallons for each foot of depth and cumulative total from the
bottom of the tank.
6. Fabricator's detailed requirements for tank foundations and anchor bolt layout.
11244.doc 11244-1 Section 11244—Fiberglass Storage Tanks
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
}
7. Recommended bolt torques for all bolted FRP connections and detailed instructions for pipe
connections.
8. Weight of tanks with accessories.
9. Installation list(minimum 10)of tanks with similar application.
10. Shop tests if requested.
11. Instructions for handling storage and installation of tanks.
12. Statement that required dome fittings are fume tight.
13. A statement from the manufacturer that the various materials including resins are suitable for
the storage of 15 percent sodium hypochlorite,as well as all other chemicals that the tank will
come in contact with.
14. ASME/ANSI RTP-1 certification or a certified letter on the manufacturer's letterhead noting
that the manufacturer is not ASME/ANSI RTP-1 certified,but still complies ASME/ANSI
RTP-1 and could be certified if the certification was applied for.
B. Samples —
1. Laminate sample representative of production quality of surface finish and visual
imperfections.
C. Quality Control Submittals
1. Fabricator's Certificate of Compliance with fabrication requirements.
2. Qualifications of Acoustic Emission Testing Agency.
3. Qualifications of Fabricator's Quality Assurance Supervisor.
4. Copy of the Fabricator's Quality Assurance Program.
5. Certification of Factory Testing.
6. Certification that the access nozzles have been coordinated with the actual equipment being
furnished.
7. Special shipping, storage and protection, and handling instructions.
8. Fabricator's written/printed installation and tank support instructions.
9. Manufacturer's Certificate of Proper Installation in accordance with manufacturer's written
recommendations.
10. Statement that fabrication is in accordance with the Section and ASME RTP-1.
11244.doc 11244-2 Section 11244—Fiberglass Storage Tanks
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
11. The manufacturer shall furnish a copy of their"Certificate of Authorization"(ASME
accreditation).
1.04 REFERENCE STANDARDS
A. The following is a list of standards that may be referenced in this section:
1. American Society of Mechanical Engineers(ASME)
2. American Society for Testing and Materials(ASTM)
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 QUALITY ASSURANCE
A. Tanks shall be constructed by a firm that is a certified ASTM RTP-1 fabricator that has at least
ten years prior experience in construction of similar fiberglass tanks. Tanks built to RTP-1
standards by a non-certified ASME RTP-1 fabricator shall not be accepted.
B. Tank fabricator shall also meet or provide services that meet the following requirements:
1. Fabricator's Quality Assurance Supervisor: Minimum of 5 years'experience in the
Fabrication of fiberglass structures.
2. Engineer: Registered professional engineer licensed in Texas.
3. Acoustic Emission Testing Agency: Minimum 5 years'experience in acoustic emission
testing of fiberglass structures.
4. Independent FRP Quality Assurance Inspector:
a. Minimum 5 years experience as an FRP inspector.
+ b. Representing a corporately and financially independent organization that can function as
an unbiased inspection authority.
c. Professionally independent of manufacturer's, suppliers,and installers of systems being
inspected.
C. Tanks shall be as manufactured by Augusta Fiberglass, Belco Manufacturing Company Inc. or
Belding Tank Technologies Inc.
1.06 SYSTEM DESCRIPTION
A. Loading Conditions: Tank shall meet the following design criteria:
1. Wind load limit when anchored: 100 mph
2. Concentrated top load limit: 250 lbs on a 16 square inch area
11244.doc 11244-3 Section 11244—Fiberglass Storage Tanks
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. Static head of contents in accordance to specific gravity listed below.
B. Dimensional Requirements:
1. Acid Ca' Batch Tank
a. Concentration: 50%Citric Acid or
98%Phosphoric Acid
b. Specific Gravity: 1.25
c. Ladder Required: TBD
d. Insulation Required: No
e. Heating Kit Required: No
f. Handrail Required: TBD
g. Manway Gasket Material TBD
2. Caustic/Hypochlorite CEP Batch Tank: _
a. Concentration: 50%
b. Specific Gravity 1.25
c. Ladder Required: TBD
d. Insulation Required: No Y
e. Heating Kit Required: No
f. Handrail Required: TBD
g. Manway Gasket Material TBD
3. Hypochlorite Bulk Storage Tank:
a. Concentration: 15%
b. Specific Gravity 1.25
c. Ladder Required: TBD
d. Insulation Required: No
e. Heating Kit Required: No
f. Handrail Required: TBD
g. Manway Gasket Material TBD
4. Backwash Storage Tank:
a. Concentration: N/A
b. Specific Gravity 1.0
c. Ladder Required: TBD
d. Insulation Required: No
e. Heating Kit Required: No
11244.doc 11244-4 Section 11244—Fiberglass Storage Tanks
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
f Handrail Required: TBD
g. Manway Gasket Material TBD
5. Neutralization Tank:
a. Concentration: TBD
b. Specific Gravity TBD
c. Ladder Required: No
d. Insulation Required: No
e. Heating Kit Required: No
f. Handrail Required: No
g. Manway Gasket Material TBD
C. Normal/maximum upset temperatures: 0 F to 110 F
Operating Pressure: Atmospheric
D. Fire retardancy required where specified in resin.
1.07 DELIVERY, STORAGE,AND HANDLING
A. Reference is made to Section 01610 for additional information.
B. Deliver, store and handle tanks in accordance with manufacturer's printed recommendations. In
addition,prepare and protect the tanks prior to installation as follows:
1. Mount tanks on padded cradles if shipped horizontally or on a suitable skid if shipped
vertically.
2. Protect all flanged nozzles with wooden blinds bolted to the flange and having a diameter of
2 inches greater than the outside diameter of the flange. All openings are to be securely
covered to prevent entrance of dirt,water and debris.
3. Provide either rigid plugs inside the ends to prevent deflection or wooden boxes for all
unflanged components. Brace the open ends of tanks with a suitable stiffening member to
prevent deflection.
4. Do not ship components or other pieces loose inside the tanks.
5. Load tanks with at least 2 inches clearance between the tank(including fittings)and the
bulkheads or bed of the vehicle.
6. Regardless of the mode of transportation,firmly fasten and pad all components to prevent
shifting of the load or flexing of components while in transit.
7. The Contractor shall require tank manufacturer to assume responsibility for packaging to
prevent normal transit and handling damage to the tanks.
8. Nozzles,manways, or other fittings shall not be used for lifting.
11244.doc 11244-5 Section 11244—Fiberglass Storage Tanks
= 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
9. Tanks shall be mounted on cylindrical tank support members, so constructed as to provide
easy handling for fork trucks or similar device and shall be provided with lifting lugs, cleats,
etc.to permit handling by crane.
10. Instructions shall be provided with delivery for unloading and installation of tanks.
1.08 WARRANTY
A. Provide manufacturer's warranty for all materials and equipment furnished as specified in Section
01740.All warranties shall be transferred to the Owner from the Contractor at acceptance.
PART2 PRODUCTS _
2.01 GENERAL
A. Tank shall be the end product of one manufacturer in order to provide standardization for
appearance,operation, maintenance, spare parts and manufacturer's service.
B. Anchor bolts or hold down devices shall be provided by the manufacturer.Anchor bolts shall be
Type 316 stainless steel.
C. Tank manufacturer shall not be permitted to subcontract all or any portion of the FRP tanks —
specified in this Section except railings or platforms.
2.02 TANK CONSTRUCTION
A. Tank shall be Type I, Filament-Wound in accordance with ASTM D 3299-88,Grade 1. Portions
of the tanks including joints,heads and nozzles shall be fabricated by contact molding. All _
laminate physical properties shall comply with requirements for laminate thickness of 3/8 inch
and thicker.
LAMINATE PHYSICAL PROPERTIES(73°F)*
Ultimate Tensile Strength 15,000
(Min. PSI ASTM Method D638) `
Modulus of Elasticity
Procedure A of ASTM -
Method D790 lox 105
Flexural Strength-(min. PSI) -
ASTM Method D790 22,000
Compressive Edge Strength _
(Min. PSI)ASTM d-699 20,000
Average Glass Content of Completed _
Tanks by Ignition 45
*The production sample test average shall not be below the minimum values shown.
11244.doc 11244-6 Section 11244—Fiberglass Storage Tanks
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. Interior and exterior finishes of vessels shall be classified as a Level II visual acceptance level
ASTM D 2563 Table 1.
C. All tanks shall be designed using a safety factor of 10 to 1 for pressure and 5 to 1 for vacuum.
Vessels shall have bottom knuckle reinforcement and be designed for full hydrostatic head load.
D. All tanks shall be flat bottom with a domed top.
E. Resins:
1. The same premium grade resin shall be used throughout the entire wall section of each tank.
Resin shall not contain pigments,dyes,colorants or fillers.
2. Thixotropic agents can be used as recommended by the manufacturer except that no
thixotropic agents shall be used in the corrosion barrier.
3. The resin used in the structural and exterior layers shall have 3 percent antimony trioxide for
fire resistance. Antimony trioxide shall not be added to the interior layer or the corrosion
barrier.
4. Acceptable resins shall be:
a. Interplastic CoRezyn 8440.
b. Reichhold Dion 9300 F.R.
c. Hetron FR992 by Ashland Chemical Company.
F. Reinforcement:
1. Surfacing veil shall be Veil-Nexus as manufactured by Burlington Industries.
2. Chopped strand mat shall be Type E glass, minimum 1-1/2 ounces per square foot,with
silage finish and styrene soluble binder.
3. Continuous roving used in chopper gun shall be Type E glass.
4. Woven roving shall be Type E glass, nominal 24 ounces per square yard,with a 4 by 5 weave
and silage type finish.
- 5. Continuous roving used for filament winding shall be Type E glass, nominal 110 strand yards
per pound,with a silage type finish.
G. Laminates:
1. Each tank shall be resistant to corrosive fumes,and suitable for use with 15 percent Sodium
Hypochlorite.
2. Laminates shall consist of an interior layer,a corrosion barrier, a structural layer and an
exterior layer.
11244.doc 11244-7 Section 11244—Fiberglass Storage Tanks
+ 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. Interior Layer: Minimum 20 mils thick composed of a single ply of surfacing veil embedded
in a resin-rich surface. Resin content shall be approximately 90 percent.
4. Corrosion Barrier: Provide all tanks with a minimum 100 mil corrosion barrier of Type E
glass chopped-strand mat to a total of 3 oz/ft. Corrosion barrier shall be applied in two equal
layers. The glass content of the interior layer and the corrosion barrier combined shall be
27.5 percent. There shall be no thixotropic agents used in the corrosion barrier.
5. Structural Layer: Provide all tanks with a Type-E glass structural layer consisting of _.
alternating layers of chopped strand mat and woven roving or hoop-filament winding. The
minimum thickness of the structural layer shall be such that the overall tank shell,floor,and
head thickness shall be 0.25 inches. The glass content shall be approximately 60 percent. _
6. Exterior Layer: Provides all tanks with a factory applied paraffinated gel coat with UV
inhibitors. There shall be no pigmentation in the exterior layer.
H. Curing:
1. The bulk storage tank for sodium hypochlorite shall be given a BPO/DMA cure system. ti
Minimum Barcol hardness after curing shall be 90 percent of the resin manufacturer's
specified hardness.
2. Where necessary to develop the required Barcol hardness,tanks shall be post-cured. Post-
cure shall consist of a temperature of at least 180°F for a minimum of 4 hours. Where steam
is used in the post-cure,no steam shall impinge on the interior surface of the tank or the
inside of any nozzle. A steam serge pipe projecting at least 12 inches away from any wall
shall be used. During steam post-curing,the tank shall be maintained at atmospheric
pressure. _
I. Connections:
1. All necessary connections for piping and level elements shall be provided.
2. Nozzles: All nozzle connections shall be manufactured by hand lay-up method and shall be
of same material as tank. Connections shall be flush type,with blade-gusseted flanges.
Connections shall be flat face,conforming to ANSI B 16.5 for 150 pound drilling. Flanges
shall be flat and true to a tolerance of plus or minus 1/32 inch. Provide 1/8"thick Hypalon
gaskets for all connections. -
3. Overflow nozzles shall be provided for each tank. Each tank shall be furnished with sufficient
number of pipe supports molded to the tank exterior wall to restrain overflow pipe. The
number of supports shall be as recommended by the tank manufacturer but shall not be less
than two.
4. All tanks shall be furnished with a vent connection located at tank top.
5. All tanks shall be furnished with a drain connection that is flush with the bottom of the tank
to allow for complete draining of the tank.
11244.doc 11244-8 Section 11244—Fiberglass Storage Tanks
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
J. Miscellaneous:
1. Access Hatch: Provide 24-inch diameter access hatch in the top of tank.Covers shall be fume
tight, minimum 3/8-inch thick FRP,with full 1/8"thick Hypalon gasket and minimum of
twenty Type 316 stainless steel bolts,nuts and washers.
2. Level Indicator Opening: Flanged opening for level indicator for each tank shall be provided.
Opening shall be located a minimum of 36-in from the edge of the tank to ensure proper
operation of ultrasonic type level indicator. All tanks shall be fitted with connections, clear
PVC piping, isolation valves,marking, etc as required to provide an external sight-gauge on
each chemical tank.
y 3. Lifting Lugs: All tanks shall be furnished with a minimum of three lifting lugs to support the
weight of the empty tank with a safety factor of 3 to 1. Lugs shall be Type 316 stainless steel
and attached to the tank wall with hand-laid structural laminate at least equal to the tank wall
thickness.
4. FRP Mounting Lugs: Each tank shall be furnished with three universal FRP mounting lugs
installed on the top of the tap. Lugs are to be used to fasten electrical junction boxes. Lugs
shall be installed adjacent to nozzle locations indicated below. Contractor shall coordinate
mounting lugs with instrumentation devices supplied for tank. Refer to Division 13 for
- additional information.
5. Label: Permanently attach Type 316 stainless steel label to each chemical storage tank
containing the following minimum information:
a. Chemical to be stored including:
1) Chemical Name and CAS Number.
2) Concentration and common name of chemical(if any).
3) Specific gravity.
4) Maximum temperature that tank can handle.
b. Design pressure/vacuum.
c. Type of liner reinforcement.
-• d. Corrosion-resistant surface veil.
e. Resin.
f. Tank capacity in gallons.
g. Manufacturer and date of manufacture.
h. Manufacturer serial number.
11244.doc 11244-9 Section 11244—Fiberglass Storage Tanks
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
6. Pipe support brackets for vertical piping supported from tank sidewall including fill and
overflow and related piping as indicated. Brackets shall include U-bolts, straps and clamps to
match pipe size. Minimum two brackets per pipe.
2.03 SOURCE QUALITY CONTROL
A. Provide manufacturer's quality assurance supervisor to be present at the point of manufacture at
the time fabrication is started,to perform the following:
1. Observe manufacturing methods,machinery,and techniques to assure compliance with
industry standards and these specifications.
2. Observe initial fabrication to verify compliance with these specifications.
3. Observe quality control methods for mixing resins and testing of completed equipment.
4. Generally observe quality of other,ongoing fabrication.
5. Prepare an Initial QA Inspection Report. —
B. Upon completion of fabrication and prior to shipment,perform the following:
1. Visual inspection to the requirements of ASTM D2563.
2. Barcol Hardness measurements per ASTM D2583.
3. Acetone sensitivity test for all internal secondary bonds.
4. Glass content by ignition loss on three cutouts per ASTM D2584.
5. Hydrostatic Leak Test:
a. Fill to top nozzle;allow standing for 2 hours with no visible leakage.
C. Repairs must be approved by Owner.
D. Identify and retain all cutouts. Owner may select certain cutouts for testing for physical
properties of the laminate.
E. Acoustic Emission Test:
1. Provide services of acoustic emission test agency to conduct test.
2. Test completed tank in accordance with ASTM E1067. _
F. Factory Test Reports: Certify,by signature,results of the following:
1. Inspections.
2. Results of hydrostatic testing.
11244.doc 11244-10 Section 11244—Fiberglass Storage Tanks
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. Test Reports of physical properties of standard laminates.
4. Test results and report for acoustic emission test.
PART 3 EXECUTION
3.01 INSTALLATION
A. Installation shall be in accordance with the fabricator's written instructions.
B. Accurately place anchor bolts using templates furnished by the fabricator,and as specified in
Section 05500,Miscellaneous Metals.
C. The manufacturer shall provide all materials, labor,equipment and incidentals to install field
required modifications to tanks in order to facilitate installation and anchoring of liquid level
devices.
D. Tanks shall be installed on five layers of 30 lb. roofing felt, or other resilient support as
recommended by the manufacturer,on a level, smooth troweled concrete pad.
3.02 FIELD QUALITY CONTROL
A. Functional Test
1. Hydrostatic leak test with the tank full of clean water. Allow water to stand for 24 hours to
verify no leakage.
2. Should any defects become evident during inspection,testing or within the guarantee period,
repair or replace the defective tank or fitting as approved by the Engineer at no cost to
Owner.
3.03 FABRICATOR'S FIELD SERVICES
A. Provide fabricator's representative at site for installation assistance, inspection and certification of
proper installation.
B. Provide one 8-hour day of fabricator's representatives services.
END OF SECTION
11244.doc 11244-11 Section 11244—Fiberglass Storage Tanks
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE INTENTIONALLY LEFT BLANK
11244.doc 11244-12 Section 11244—Fiberglass Storage Tanks
11/30/2007 }
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11300—A
SUBMERGED MEMBRANE FILTRATION SYSTEM
PART 1 GENERAL
1.01 DESCRIPTION
A. Description of Work
1. The OWNER intends to pre-select and have installed a membrane filtration system(MFS)
that will utilize either submerged membrane filtration technology or pressure membrane
technology. The specified requirements for a submerged membrane filtration(SMF)
system are contained in this Specification Section 11300-A, Submerged Membrane
Filtration System. The specified requirements for a pressure membrane filtration(PMF)
system are contained in Specification Section 11300-B,Pressure Membrane Filtration
System.
2. This Section specifies the requirements for the design, fabrication, shipment, installation
oversight, commissioning, startup,and acceptance testing of a submerged membrane
filtration(SMF)system. It describes the work to be performed by the Membrane Filtration
System Supplier(MFSS).
3. The SMF system will treat surface water withdrawn from Cedar Creek Reservoir,Richland
Chambers Reservoir,Lake Benbrook,or a combination of two or more of these sources.
The treatment processes upstream of the membrane filtration system include raw water
ozonation for taste and odor control and iron and manganese oxidation,rapid mix,
flocculation, sedimentation and granular activated carbon(GAC)biological contactors.
Chemicals that may be applied to the water prior to membrane filtration include ammonia
prior to the ozone contactors, lime for pH adjustment at the rapid mix basins,alum or ferric
sulfate as the coagulant in the rapid mix basins,and sodium hypochlorite just prior to the
membranes.
4. The MFSS shall furnish the equipment items associated with the SMF system and will
participate in the installation,commissioning,acceptance testing,and training of OWNER's
personnel in operation of the SMF system as a whole.
5. The MFSS is responsible for providing a fully functional SMF system that is the standard
commercial product offered by the MFSS for municipal potable water treatment.
6. The Goods shall include,but not be limited to,the following MFSS supplied equipment:
a. submerged membrane filtration treatment trains including membrane modules and
support structures;
b. backwash/reverse filtration equipment;
c. membrane cleaning equipment for clean-in-place(CIP)and enhanced flux
maintenance(EFM)/maintenance wash(MW)processes including chemical storage,
= pumping and neutralization facilities;
11300A.doc 1130OA-1 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
d. compressed air and/or air blower systems;
e. vacuum air removal system for SMS
f. pumps and motors;
g. membrane integrity test system;
h. valves;
i. actuators;
j. electrical process control equipment; T
k. process control system equipment;
1. instrumentation components;
in. skid mounted chemical feed equipment and storage tanks associated with chemically
enhanced backwash system,CIP system,and chemical neutralization
n. all interconnecting piping within the SMF Cells, including wall fittings and on skid -
mounted equipment provided by SMF.
o. all required fasteners and miscellaneous appurtenances for MFSS provided equipment
including anchor bolts for all in-basin components and rail ends for the bridge type
module removal system.As part of the submittal the MFSS will provide manufacturer
cut-sheets and drawings but will not provide anchor bolts,anchor bolt locations or T
information for sizing of the anchor bolts for all anchor bolts other than the ones
discussed above.
p. Pilot Unit per Specification Section 11170
7. The design of a proprietary membrane filtration system requires considerable coordination
between the OWNER, ENGINEER and MFSS. The MFSS will provide assistance to the
ENGINEER and OWNER and provide the information needed to coordinate the design of
the membrane filtration system as well any ancillary equipment and supporting structures
designed by the ENGINEER but not provided by the MFSS. --
8. The MFSS shall provide all parts,equipment,materials,and components including
instrumentation and controls for a complete operating system with the exception of MCCs, r
VFDs,and plant piping required to connect MFSS equipment and storage tanks to non-skid
mounted pumps and valves. Equipment will be installed and interconnections made by the
General Contractor under a separate installation contract. _
9. The General Contractor shall be responsible for installation of equipment furnished by the
MFSS and for provision of interconnecting piping except as provided by the MFSS and
electrical power supply and connections.
11300A.doc 1130OA-2 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. Reference Specifications
1. Division 13, Instrumentation and Controls
2. Division 15, Mechanical.
3. Division 16,Electrical.
C. Special Considerations
1. Definitions
a. MFSS: Membrane Filtration System Supplier
b. Membrane characteristics and material shall be ZW-1000 V3 PVDF by GE-ZENON
or PVDF by Siemens Memcor.
c. The term Membrane Cell pertains to a process increment of submerged hollow fiber
membrane filtration treatment capacity consisting of all the equipment contained
within a single process tank installed as a complete functioning assembly that can be
operated independently.
d. Membrane Module/Element is a grouping of hollow fiber membranes that are secured
into a common potting compound.
e. Enhanced Flux Maintenance(EFM)or Maintenance Wash(MW) is a periodic
backwash utilizing a chemical solution(s)as piloted by the MFSS. This definition is
intended to include EFM/MW procedures that are typically performed on a 24 to 72
hour of operation frequency with EFM/MW lasting 60 minutes or less> This
definition is not intended to include routine water and/or air backwashes/reverse
filtration procedures nor CIP procedures.
f. Membrane Rack/Cassette is the smallest group of membrane elements connection to
the filtrate manifold.
2. Design or Performance Requirements
a. It is the intent of this Specification to identify major components of the SMF system
and to establish minimum equipment and quality standards for these components. It is
the MFSS's responsibility to provide all parts,equipment,materials,and components
required for a complete operating SMF system.
b. Single Source Responsibility: To ensure that all the equipment required for the
installation of the SMF system, including controls is properly coordinated and will
function as a unit in accordance with the intent of these specifications,the equipment
specified under this section shall be provided by a single MFSS. The MFSS shall be
_ responsible for the proper function of all the equipment integral to the SMF system
(regardless of the original manufacturer of the various component parts),as an
integrated and coordinated system. The intent of this paragraph is to establish unit
responsibility with the MFSS for all of the equipment associated with the Submerged
Membrane Filtration System.
11300A.doc 11300A-3 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C. The SMF system and proposed operating protocols shall meet all requirements of
Texas Commission on Environmental Quality(TCEQ).
d. The SMF system shall meet all requirements of the governing regulatory agencies for
use to produce potable water and receive regulatory credit for a minimum of 99.99%
(4-log)removal/disinfection of regulated bacterial and protozoan microorganisms
following guidelines of the USEPA Long-Term 2 Enhanced Surface Water
Treatment Rule.
3. Submerged Membrane Filtration System Supplier(MFSS)
a. The MFSS's products shall be limited to the following proprietary SMF systems: f
1) ZENON Zee Weed ZW-1000 Immersed Ultrafiltration System as supplied by the
Zenon Environmental Systems Division of GE. }
2) Memcor CMF-S Submerged Microfiltration System as supplied by Siemens
Water Technologies.
3) No equals will be considered.
4. Patents `
a. The MFSS shall warrant that the use of its system and related equipment,in the
process for which the equipment has been expressly designed and sold by the MFSS
hereunder, will not infringe on any U.S.,Canadian or other foreign patent recognized
by Canada or the USA.
b. The MFSS hereby grants the OWNER a non-exclusive royalty free license to make or
use any process or apparatus claimed in any patent owned by MFSS or any drawings
prepared and supplied by MFSS, but only to the extent that this license is required by
the OWNER to build and operate the SMF system using MFSS modules produced and
supplied by the MFSS. All other rights are reserved.
c. The MFSS shall be responsible for any patent infringement damages levied on the
OWNER or ENGINEER in connection with the use of equipment from the MFSS.
1.02 QUALITY CONTROL/QUALITY ASSURANCE
A. Manufacturers Qualifications: All equipment furnished under this specification shall be new
and shall be industry standard product.
B. All wetted components shall be NSF certified.
C. Reference Standards: Comply with applicable provisions and recommendations of the
following,except as otherwise shown or specified:
1. American Society of Mechanical Engineers(ASME) R
a. ASME Boiler and Pressure Vessel Code
11300A.doc 1130OA-4 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. American Society for Testing and Materials(ASTM)
` a. ASTM A 193—Standard Specification for Alloy-Steel and Stainless Steel Bolding
Materials for High-Temperature Services
b. ASTM A 36, Standard Specification for Structural Steel
3. American National Standards Institute(ANSI)
a. ANSI B 16.5—Pipe Flanges and Flanged Fittings
4. American Welding Society(AWS)
a. AWS A5.9—Specification for Bare Stainless Steel Welding Electrodes and Rods
b. AWS D1.1 —Structural Welding Code—Steel
c. AWS D10.9—Standard for Qualification of Welding Procedures and Welders for
Piping and Tubing
5. Steel Structure Painting Council(SSPC)
a. SP 10—Joint Surface Preparation Standard Near-White Blast Cleaning
6. Canadian Standards Association(CSA)
7. Hydraulic Institute(HI)
8. Institute of Electrical and Electronic Engineers(IEEE)
9. National Electric Code(NEC)
10. National Electrical Manufacturers Association(NEMA)
11. Standards of National Electrical Manufacturers Association
12. Standards of American Water Works Association(AWWA)
13. National Sanitation Foundation(NSF)
14. Instrument Society of America(ISA)
D. Manufacturers Quality Assurance/Quality Control Program
1. The manufacturer shall have in place a dedicated quality control/quality assurance program
that conforms to or is similar to ISO-9000/ISO-9001.
2. The ENGINEER and the OWNER may elect to visit the MFSS's facility to witness
fabrication, assembly,or testing of the equipment and systems specified herein. If so
= elected,the visits will be at OWNER's expense,unless otherwise noted. The MFSS shall
facilitate such visits including demonstration of shop testing and QA/QC procedures.
11300A.doc 11300A-5 Section 11300A—Submerged Membrane
_ Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.03 SUBMITTALS
A. Shop Drawings and Product Data
1. Copies of all materials required to establish compliance with the Specifications shall be
submitted to the ENGINEER, in accordance with Section 01300. The MFSS shall include
the following information in their submittals to the ENGINEER:
a. Schematic Drawings: —
1) Process and Instrumentation Drawings(P&IDs)of the System, including
hydraulic and pneumatic schematics detailing the equipment supplied by the _
MFSS and showing equipment provided by others that will interface with the
System. Battery limits of MFSS's scope of supply shall be clearly delineated by
hatching, lineweight,etc.
2) The MFSS is responsible for establishing the P&ID tag numbering for the system
based on OWNER'S tag numbering convention.
3) Electrical wiring diagrams including motor horsepower and other electrical load
information and identification of external wiring connections for use by the
General Contractor to install and make operational the supplied equipment.
b. System Arrangement Drawings: The MFSS shall prepare and submit each of the
following Arrangement drawings for approval: -
1) Provide plan and elevation views of all major components and subsystems,
detailing orientation of equipment,piping,fittings and valves(including valve r
actuators)and necessary supports for the equipment;
2) Provide arrangement drawings of the CIP,and neutralization equipment and
interconnecting piping,valves, supports,and appurtenances for the membrane
system. Drawings shall show chemical storage tanks for a 15 day supply of each
chemical plus chemicals for a CIP on one train required at the percent _
concentration noted in the Proposal for the PMF system with the exception of
sodium hypochlorite. A 3 day supply plus chemicals for a CIP on one train for
the 0.8%sodium hypochlorite shall be required.
3) Provide arrangement drawings of the compressed air equipment and
interconnecting piping,valves, supports,and appurtenances for the membrane
system. -
4) Provide arrangement drawings of the backwash equipment and interconnecting
piping,valves, supports,and appurtenances for the membrane system.
5) Provide arrangement drawings of the feed pumps, strainers and associated valves
for the membrane system.
6) Provide arrangement drawings of the drain and recirculation pumps and
interconnecting piping,valves, supports and appurtenances for the membrane i
system.
11300A.doc 1130OA-6 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
7) Clearly identify the termination points for hydraulic,pneumatic and electrical
connections where interfacing of the MFSS supplied equipment and equipment to
be installed by the General Contractor exists.
8) A bill of material for all devices, components,and appurtenances supplied with
— each membrane cell including component original part numbers identifying each
furnished component.
9) Provide setting drawings,templates for the installation of anchor bolts and other
anchorages for the system.
C. Component Equipment: The MFSS shall submit technical information for approval
in accordance with the specific technical specifications and the general specification
requirements for all items of component equipment including pumps,compressed air
equipment, air blower equipment,valves/actuators, vacuum air removal equipment,
CIP equipment, instrumentation, flow meters,and analyzers, showing all dimensions,
materials of construction, performance ratings, set points,component parts,
construction details,weight, factory finish system, mechanical,electrical and
instrumentation drawings.
d. MFSS equipment: Submittal Requirements
1) SMF Membrane Modules.
i.) Include element construction details(e.g.,active membrane surface area),
standard performance parameters, storage and handling requirements.
ii.) Provide standard commercial part numbers and materials for eleastomeric
seals.
iii.) Provide standard operating and maintenance data, including storage
solutions(concentration and volume)used during shipment and
recommended rinsing solution and volume and long and short-term storage
protocols.
e. Design Calculation: include calculations for equipment anchorage and supports as
required herein.
f. Manufacturer's literature, illustrations,specifications,weights,pump curves, and
engineering data for project engineered equipment including dimensions,materials,
- sizes,and performance data.
g. Piping Fabrication and Assembly Drawings: For all MFSS supplied system piping,
provide double-line scaled drawings showing all fittings, valves, instruments and
supports.
1) Provide fabrication details for piping and structures elevation views of all major
components and subsystems,detailing orientation of equipment, piping, fittings
and valves(including valve actuators). Clearly indicate all piping terminations
and points of connection with existing equipment or equipment to be installed by
the General Contractor.
11300A.doc 1130OA-7 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2) Identify piping materials and fabrication details.
3) Each support shall be identified by catalog number or shop drawing detail
number.
h. Refer to Division 13 Specifications for Control System Drawings required.
i. Design calculations related to sizing of key components, including the overall —
System,pumps,valves,trains,air compressor system, backwash system,CIP system,
chemical transfer pumps,CIP pumps,and electrical controls and instrumentation
supplied by the MFSS. Calculations for the piping system shall be sufficient to
demonstrate that the system velocities and surge shall meet the maximum specified
values. Submittals for pump(s)and throttling and modulating valve(s)shall also
include calculations to show that cavitation does not occur over the specified T
operating range(s).
j. Provide calculations that verify pump drive overload does not occur over the
specified range.
k. Other submittals and/or shop drawings as required under the Contract Documents.
1. Information as specifically requested by the ENGINEER or OWNER in support of
this Project.
B. Factory Test Reports
1. Submit prior to delivery of the membrane modules the following: ..,
a. The MFSS shall identify each membrane module by a unique serial number and
indicate the membrane lot.
b. The MFSS shall provide the membrane specification sheets that specify each
membrane module's normalized specific flux in gallons per minute permeate per
pound per square inch of transmembrane pressure(gpm/psi)at 20 degrees C,nominal
pore size, and the nominal inside and outside surface area of the filter module. MFSS
shall use the TCEQ approved equation to calculate specific flux at other temperatures.
c. Certification of wet testing for each membrane module conducted at the MFSS's
facilities or a facility approved by the Engineer. The MFSS shall identify membrane
module serial number. The MFSS shall certify that each membrane module has
passed the quality assurance/quality control tests for membrane element integrity.
Acceptable quality assurance and quality control tests include bubble point or pressure
hold tests above the minimum value recommended by the MFSS and approved by the
ENGINEER.
2. Quality Control Reports
a. Factory Test and MFSS Quality Control Reports for all equipment provided including
the Factory Test Report for the PLC/PCS system functional performance test reports
per Section 13300.
11300A.doc 1130OA-8 Section 11300A—Submerged Membrane
Filtration System !
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. Factory Test Reports for all Control Panels per Section 13325.
C. Installation Instructions: Refer to Section 01620, Installation of Membrane Equipment.
D. Commissioning Plan: Refer to Section 01660,Commissioning of Membrane Equipment.
E. Training: Refer to Section 01715, Equipment Operation and Maintenance Training.
F. Operation and Maintenance Manuals: Refer to Section 01730, Installation, Operation and
Maintenance Manuals.
G. Record Drawings:
1. In accordance with Section 01730, Installation, Operation and Maintenance Manuals, after
completion of Acceptance Testing the MFSS shall revise and submit to the OWNER
revised O&M Manuals using"As Installed"information.
H. Certificates, Warranties and Guarantees
1. Refer to Section 01740, Warranties and provisions referenced therein.
2. MFSS "Acceptance of Installation and Commissioning"following equipment installation.
3. Regulatory Agencies: The MFSS shall supply all system information,hydraulic
calculations and drawings for the System and any other system performance data required
by regulatory agencies.
PART 2 PRODUCTS
2.01 SYSTEM DESIGN, PERFORMANCE AND FABRICATION REQUIREMENTS
A. Service Conditions
1. Ambient Environment. The equipment furnished under this section will be installed inside
a new membrane treatment building. The site conditions are expected to be as follows:
a. Altitude: Approximately 870 feet above Mean Sea Level.
b. The System shall be suitable for installation in an industrial indoor environment
maintained between 50 degrees F and 93 degrees F.
c. Outside ambient air conditions:
i.. Summer temperature(max): 120 degrees F.
ii. Summer relative humidity(max): 100 percent.
iii. Winter temperature(min): 10 degrees F.
iv. Winter relative humidity(min): 0 percent.
11300A.doc 1130OA-9 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. Hydraulic Conditions
a. Pretreated water, upstream of the membranes,will flow by gravity through GAC
contactors into a 160,000 gallon break tank. Water from break tank will flow by
gravity through a common 60-inch suction header pipe and then through strainers and
into the individual submerged membrane basins. The membrane filtrate pumps will
pull suction from the break tank and pump water to the treated water clearwell. GAC
contactor backwash pumps will also pull suction from the break tank,resulting in
periodic fluctuations in the water surface elevation in the break tank.
b. The MFSS shall design the membrane filtrate pumps and other associated facilities to
account for the following:
i. Minimum and maximum static head between the submerged membrane basins
and the clearwell.
ii. The water surface elevation in the membrane basin shall be determined by the
MFSS based on suction losses from the break tank suction header pipeline to the
membrane basins, including headlosses through the piping,valves,and strainers
(including cleaned and clogged conditions).
iii. Membrane system headloss(minimum and maximum transmembrane pressures) !
iv. Pump suction losses from the membranes to the filtrate pumps.
v. Pump discharge losses from the filtrate pumps to the clearwells.
c. The MFSS shall use the following criteria in developing design requirements for the
membrane feed pumps.
i. Break Tank water surface elevation range:
Maximum WSE=EL. 859.0
Minimum WSE= EL. 851.0
ii. Submerged Membrane Basin water surface elevation(to be calculated by MFSS):
WSE=EL. 846.0
Note that this elevation is approximate and should be verified by the MFSS based
upon worst case operating conditions, including all appropriate headlosses
between the break tank and the membrane basin.
iii. Clearwell water surface elevation range:
Maximum WSE=EL. 868.0
Minimum WSE=EL. 860.0
11300A.doc 1 130OA-10 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
iv. Static head range(The static head range is approximate and shall be calculated
by MFSS based on actual WSE in membrane basin as calculated by MLSS):
Maximum Static Head=22.0 feet
Minimum Static Head= 14.0 feet
v. MFSS shall size piping and valves to meet specified maximum values and
account for headlosses accordingly.
vi. The common suction pipe header from the break tank will be 100 linear feet of
60-inch diameter pipe. Water will flow from this pipeline to the individual
membrane basins. MFSS shall take into account that the pipe header will
eventually carry a flow of 40 mgd upon plant expansion and will see greater
headloss under such condition.
vii. The common membrane filtrate pipeline from the membrane system to clearwell
will be 700 linear feet of 48-inch diameter pipe. MFSS shall take into account
that the membrane filtrate pipeline will eventually carry a flow of 40 mgd upon
plant expansion and will see greater headloss under such condition.
B. General System Description
1. The system provided under this Specification shall be complete and operable in all respects
including, but not limited to,connections to other facilities,component and system tests,
calibration,alignment,and adjustments as necessary to place the system in operation to
perform its intended function.
a. The membrane influent feed stream will have undergone ozonation, precipitative lime
softening and/or chemical coagulation using either ferric sulfate or aluminum sulfate,
high rate sedimentation and biolfiltration in GAC contactors. The feedwater will flow
by gravity to the SMF system from a break tank following the GAC contactors.
Chemicals that may be applied to the water prior to membrane filtration include the
following:
• Ammonia(LAS)prior to ozonation,
• Ozone
• Lime prior to flocculation and high rate clarification
• Alum or ferric sulfate prior to flocculation and high rate clarification, and
• Sodium hypochlorite just prior to the membranes.
b. It is anticipated that the SMF feed pumps will take suction from a break tank located
just upstream of the membranes that also supplies backwash water GAC contactors.
-- A control valve on the influent line to each Cell will be provided by the MFSS and
controlled by the SMF control system to regulate flow into each SMF process tank
and maintain process tank operating levels.
11300A.doc 1130OA-11 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
c. The SMF system and associated ancillary equipment shall be installed in a new
building. The associated ancillary equipment includes compressed air systems/blower
systems, backwash/reverse filtration systems,and membrane EFM and CIP cleaning
systems. Pneumatically operated valves shall automatically regulate flow through the
SMF cells during cycles of filtrate production, backwash/reverse filtration, EFM/MW,
integrity testing and cleaning on signals from the system supervisory control system. —
d. Permeate from the SMF's permeate pumps shall be collected in a common pipeline
and routed to the treated water clearwells. Waste flows generated from periodic cell
backwash cycles/reverse filtration shall be routed to the washwater recovery basins.
Deconcentration and neutralized cleaning solution processes shall be routed to the
sanitary sewer.
e. The membrane cleaning systems for clean-in-place(CIP)and EFM/MW processes
shall consist of chemical dosing systems,chemical storage tanks, cleaning solution
make-up tanks,cleaning solution make-up water heating system,cleaning solution
transfer pumps,chemical solution recirculation/drain pumps,piping,valves,
instrumentation and controls,as required for a complete SMF system. Chemical _
dosing systems shall include cleaning solution make-up and neutralization processes,
composed of sodium hydroxide, sodium hypochlorite,sodium bisulfate,citric acid,
and phosphoric acid(depending on the individual system requirements). Neutralized
cleaning solution wastewater shall be routed to the sanitary sewer.
f. The SMF system shall be controlled by the process control system(PCS),which will
monitor and control system process variables and provide the functionality specified
herein. The PCS shall include the hardware, software,programming,operator
interface and all necessary integration for a complete and independent operating SMF
system. The SMF System control panels will be located in the new membrane
building. The PCS shall also be capable of communicating SMF system status
indicators and alarms to the new water treatment plant central control system and
receiving control signals from the new water treatment plant central control system.
C. Process Design Requirements
1. Membrane System Design Criteria: The MFSS's System shall conform to the following
design criteria:
a. Membrane Flux:
1) The instantaneous membrane design flux shall not exceed the maximum
instantaneous design flux as noted in Part B, Proposal. —
2) Design flux and other parameters must meet all requirements of the TCEQ.
b. Base Proposal System Design Conditions:
1) Refer to Part B, Proposal for specific design values. _
C. Recovery: The design value for recovery is specified in the Proposal. The system
shall operate at or above the MFSS's design recovery at all times during operation.
Design recovery values shall be calculated as follows:
11300A.doc 1130OA-12 Section I I300A—Submerged Membrane
Filtration System —
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(Net filtered water(mgd)/Net feed(mgd))x 100 percent
Where the quantity"net filtered water"is equal to the total amount of filtered water
produced less any amount used for backwashing, chemical cleaning,chemical
enhanced backwashing and rinsing of the membrane filter on a time weighted average
over a cleaning interval.
Y d. Membrane Feed Water Quality.
Membrane Feed Water Quality Design Parameters
— Parameter Minimum Maxium
Algae Counts,cells/ML <100 10,000
Alkalinity(Total),m as CaO3 <10 200
Aluminum <0.1 1
Color,True ptCo 0 30
Hardness(Total), m as CaO3 <20 300
_ Iron(Total), m <0.1 1
Manganese <0.02 0.5
H 6 9
Total Organic Carbon m L <1 5
Turbidity,NTU 0.1 5
e. Membrane Filtered Water Quality Requirements: Membrane filtered water quality
shall meet the following requirements:
Turbidjjy
Maximum membrane filtered water turbidity(ntu) 0.10
Maximum membrane filtered water turbidity 95%of <0.10
time(ntu)
Microbiological Removal Efficiency
Minimum Giardia Removal >99.99%
Minimum Cryptosporidium Removal >99.99%
2. The MFSS is responsible for establishing the control of the SMF system and for interfacing
with the new water treatment plant control system and other facilities.
3. Membrane Filtration Cells
a. The System shall be divided into'identical'Cells. Each cell shall be functionally
independent(independent electrical and hydraulic control), and of the same hydraulic
capacity. Pumps,valves and appurtenances for each cell or service(filtrate pumps,
backwash pumps,CIP pumps,air system,etc.)shall be of the same manufacturer with
identical model numbers.
b. Support Structure and Membrane Cassette Support Assemblies
1) The SMF system shall be designed for installation within concrete tanks provided
by the installing contractor. The Membrane Filtration System shall be supplied
11300A.doc 1130OA-13 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
complete with all necessary supports, beams and hangers to suspend the
membrane cassettes within the membrane tanks.
2) All membrane modules,process piping and other appurtenances,within the SMF
cell, shall be supported on a structural frame. The structural frame and cassette
support assemblies shall be manufactured of 316L stainless steel construction and
shall be designed to connect to the walls or floor of the process tanks. The
support assemblies shall use all 316 stainless steel accessories.
3) MFSS shall furnish bridge type module removal systems with rails,hoists,
bridge,controls,drives,handrail,platform and other components for a complete,
operational system. MFSS shall also furnish support system and checkered plate
over any portion of basins that must be covered to access equipment,connection,
or valves. Removable sections shall be provided for access to all connections
necessary for fiber repairs and to all valves. _
c. Submerged Hollow Fiber Filtration Membranes
1) The membranes provided for this project shall be submerged hollow fiber type
membranes with flow from the outside to the inside,and have a maximum
nominal pore size of 0.1 micrometers, designed for operation under partial
vacuum conditions and shall be the same type of fiber and packing density as that
pilot tested for this project. The individual membrane modules shall be
manifolded into cassettes and the membrane cassettes shall be designed to be
easily removable from the membrane tank via a lifting assembly to be designed —
and supplied by the MFSS.
2) The membranes shall be resistant to the following chemicals in the _
concentrations noted:
a) Sodium Hypochlorite 6 mg/L as NaOCI continuously
1000 mg/L as Cl for 12 hours
b) Aluminum Sulfate 13 mg/L continuously
followed by flocculation, sedimentation
and GAC contactors prior to membranes
c) Ferric Sulfate 40 mg/L continuously
followed by flocculation, sedimentation
and GAC contactors prior to membranes
d) Lime 40 mg/L continuously
followed by flocculation, sedimentation
and GAC contactors prior to membranes
e) Liquid Ammonia Sulfate 40 mg/L continuously
followed by ozone contactors,
flocculation, sedimentation and GAC
contactors prior to membranes
11300A.doc 11300A-14 Section 11300A—Submerged Membrane
Filtration System _
11/30/2007
City of Fort Worth
Northwest WTP--Membrane Filtration System
3) Membrane modules shall be tested at the MFSS factory or a facility approved by
the engineer for hydraulic performance and integrity.
d. The modules shall have a manifold arrangement. All seals shall be EPDM.
e. The SMF system shall be equipped with valves to provide the ability to isolate each
cluster or stack of membrane modules within the process cell. In addition the SMF
system shall provide the ability to isolate each cassette within the process cell. The
SMF system shall allow each process cell to produce water with one or more cassettes
or modules isolated.
f. Tank Coatings: The concrete SMF process tanks shall be provided with a tank
coating system that will accommodate the types and dosages of chemicals used in
System operation. Tank coatings shall be NSF-61 approved. Coating shall be
furnished and installed by the installing contractor.
4. Backwash System:
a. General Requirements for the backwash system are as follows:
1) Provide all valves, pumping equipment, air supply equipment, chemical
injection,and mixing system, instruments,controls, and other components as
needed to provide an automated backwash system.
2) The SMF Cells shall utilize a backwash/reverse filtration flow and/or air scour to
remove accumulated particulates and maintain the design filtrate production rate.
Dislodged solids shall be flushed to waste. The system Cells shall incorporate an
n air scour sequence to agitate the exterior fiber surface during the backwash
sequence.
y 3) The backwash cycles shall be initiated automatically through the process control
system using totalized volume or time, as selected by Operator. The system shall
also allow Operator to initiate a backwash manually. The backwash processes
shall be carried out automatically through the PCS.
4) Spent backwash water exiting the Cell shall be discharged in a controlled manner
to the washwater recovery basins. The MFSS shall assist the ENGINEER in
` coordinating and sizing the backwash water conduits.
5) Backwash Pumps: Refer to Section 2.02 of this Specification Section.
6) Process Air Scour System Blowers: Refer to Section 2.02 of this Specification
Section.
7) The backwash system shall be designed such that no more than one Cell can be
backwashing at any time.
8) Firm on-line backwash pumping capability shall be provided such that backwash
requirements can be met with any one backwash pump off-line.
I I300A.doc 11300A-15 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. Chemical Enhanced Backwashing Spent Solution
1) The MFSS shall clearly indicate any chemically enhanced backwashings
(EFM/MW)to be used with their offered SMF systems. The MFSS shall clearly
indicate the backwashing sequence involving such chemically enhanced
backwashings,the estimated volume and concentration of the active chemical,
and the proposed method of chemical neutralization.
5. Vacuum Air Removal System
a. An air extraction system shall be included to prime the system and to remove air
released from solution due to pressure drops or low-pressure areas within the
permeate system. Pneumatic ejectors shall be provided for removal of air that may
cause system air locks.
b. The pneumatic ejector system shall be supplied complete with all appurtenances as T
required to provide a complete system.
6. Compressed Air System
a. The MFSS shall provide compressed air systems for the following systems:
1) operation of the pneumatic actuated valves on the SMF treatment train,
2) operation of the membrane integrity test system,and r•
3) operation of all miscellaneous appurtenances or processes,as applicable by the
proposed SMF system.
b. Firm on-line standby capacity shall be provided for the systems listed above.
c. Compressed Air Systems: Refer to Section 2.02 of this Specification Section.
7. Pneumatic System:
a. When used,pneumatic solenoid valves shall have a pilot indicator and a manual
override. Solenoid valves shall be rack mounted. MFSS shall provide one solenoid
valve rack per train and one per equipment skid. Solenoid valves for non-skid
mounted equipment shall be mounted on the nearest skid mounted solenoid valve
rack.
b. Pneumatic lines shall be of 316 stainless steel construction.
c. Compressed air that is in contact with filtered water shall pass through a hydrophobic
membrane filter with a retention efficiency of 0.2 microns or less. Compressed air
that is in contact with filtered water or the membranes shall be supplied by oil free
compressors.
d. Plastic valves,plastic check valves and other plastic appurtenances are not permitted
on compressed air lines.
11300A.doc 1 130OA-16 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
e. A regulator shall control the pressure of the compressed air supply. An isolation ball
valve shall be located at each solenoid valve rack and at each Cell.
f. MFSS shall provide speed control as required to regulate valve actuation in order to
prevent hydraulic shock.
8. Membrane Chemical Cleaning and Neutralization System
a. General: The MFSS shall supply a chemical cleaning system including CIP and
EFM/MW equipment,tanks and accessories. The cleaning systems shall include skid
mounted chemical dosing systems,chemical storage tanks,cleaning solution make-up
tanks,cleaning solution make-up water heating system, skid mounted cleaning
solution transfer pumps, skid mounted chemical solution recirculation/drain pumps,
skid piping, valves, instrumentation and controls,as required for a fully functional and
_ operational chemical cleaning and neutralization system. Skid mounted chemical
dosing systems shall include cleaning solution make-up and neutralization processes
composed of sodium hydroxide, sodium hypochlorite, sodium bisulfate, citric acid,
_ and phosphoric acid(depending on the individual system requirements). A membrane
cleaning chemical is defined as a chemical that is used for cleaning of the membrane
and is not intended or acceptable for contact with filtered water.
b. The SMF system shall include integral,automatic,membrane CIP systems designed to
remove all solids that have accumulated in the membrane modules(including on th
membrane surface and within the membrane pores)to maintain System performance
by reducing the transmembrane pressure at a given flow and water temperature to
within the pre-defined normal operating limits. The chemical cleaning systems shall
be capable of operation with MFSS's cleaning solutions and other cleaning solutions
as required by the MFSS. All chemical cleaning system components shall be acid,
base, free chlorine and detergent compatible. The design of the chemical cleaning
system shall consider the potential for the generation of foam in the solutions and the
control of foaming.
c. The cleaning system must operate automatically upon operator initiation of the CIP
cycle. The MFSS shall provide controls for the cleaning and neutralization system
Y through the SMF control system. The control system shall record the time between
chemical cleanings and send an alarm when the next chemical cleaning is needed
based on the operator-entered time interval or an increase in TMP.
d. Firm on-line CIP transfer/circulation pumps(if required), shall be provided such that
CIP transfer/circulation can be met with any one pump off-line.
e. Provide facilities to mix chemicals to neutralize and/or dechlorinate spent chemical
cleaning solutions prior to discharge. Provide automatic pH and chlorine residual
monitoring.
f. Membrane CIP,EFM/MW and neutralization chemical feed systems shall be provided
_ for each of the cleaning and neutralization chemicals required for the system. Each
membrane clean-in-place chemical feed system shall comprise as a minimum the
following items:
11300A.doc 1130OA-17 Section 11300A—Submerged Membrane
_ Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1) Firm on-line chemical metering/transfer pumps shall be provided such that CIP
chemical metering/transferring can be met with any one pump off-line.
2) Valves
3) Pressure gauges —
4) Controls(to be provided as part of the overall control system)
5) The chemical metering pumps shall be supplied by the MFSS as part of a skid-
mounted assembly, including piping between the pumps and the appurtenances.
Valves,calibration chamber with isolation valve,pressure gauges and
appurtenances shall all be factory mounted onto a rigid non-metallic panel or
pipe.
6) Strainers i
7) Flow meters
r
g. The MFSS shall provide the necessary valves and interlocking logic to assure that a
membrane unit being chemically cleaned is isolated from the other operating
membrane units. The system shall be designed so that the filtrate and CIP piping are
physically disconnected to ensure cleaning solutions are not inadvertently applied to
the wrong unit using a"double block and bleed"valve arrangement with an air gap
and with limit switches. MFSS shall provide automatic double block and bleed valves
in accordance with TCEQ requirements. At a minimum,double block and bleed valve
arrangements incorporating an air gap and limit switches are required at the following
locations:
1) In the CIP solution feed piping upstream of the point where it connects to the
membrane permeate water piping for each cell.
2) In the membrane permeate water piping downstream of where the last membrane
cassette to the permeate water header and prior to any pumping equipment or _
connection to other piping manifolds.
3) In the recirculation header piping upstream of the point where it connects to each
membrane cell.
h. The design of the CUP system shall incorporate automatic safety features to assure that
the cleaning solution is adequately rinsed from the submerged membrane system and
will not contact filtered water.
i. Concentrated sodium hydroxide system requirements:
1) All piping shall be fabricated from PVC SCH80. All connections shall be
flanged. No unions or NPT style fittings(threaded joints)are permitted in the _.
piping system. Transitions to tubing shall use flanged connections and fabricated
from stainless steel.
11300A.doc 1130OA-18 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
Poo
2) Sodium hydroxide valves shall be fabricated from type 316 stainless steel and use
flanged connections. Diaphragm valves with a rising stem indicator shall be used
for the piping system.
j. Concentrated sodium hypochlorite system requirements:
1) No metal components are permitted in the sodium hypochlorite feed system.
2) All piping shall be fabricated from PVC SCH80. All connections shall be
flanged. No unions or NPT style fittings(threaded joints)are permitted in the
piping system. Transitions to tubing shall use flanged connections.
V 3) When not in operation,the equipment shall be designed to consider the potential
of hypochlorite off-gassing and the system shall be designed to relieve
accumulated pressure in the system.
k. Concentrated chemicals for cleaning and neutralization will be stored in refillable bulk
tank system.
1. The neutralization facilities provided shall neutralize waste streams from
CIP/recovery cleans and MW/EFM cleans and be capable of achieving waste streams
— of pH 7.0 to 7.2 with no detectable chlorine residual.
9. Pipe Support Structure for MFSS Supplied Piping
a. The MFSS is responsible for providing pipe support assemblies for all MFSS supplied
piping.
b. The MFSS shall submit the design calculations and drawings bearing the stamp of a
Registered Professional Engineer in the State of Texas in accordance with the Section
01300.
c. Pipe support assemblies shall be fabricated of 316 stainless steel and shall meet the
requirements of Section 05500.
d. Non-pipe support assemblies shall be fabricated of structural steel shapes in
accordance with the requirements of Section 05500 and shall be painted in accordance
with the requirements of Section 09901.
10. Membrane Filtrate Monitoring and Integrity Test System:
a. Each Cell shall be equipped with an automatic sample valve located on the filtrate
(permeate)discharge line. The valve shall open when the cell is producing water.The
sample line shall be continuously connected to an on-line laser turbidimeter provided
by the MFSS. A filtered water bubble trap shall be provided.
11300A.doc 1130OA-19 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. Air-Hold Integrity Test System for Cells:
1) The SMF Cells shall have a membrane integrity test system to monitor the
integrity of membrane and membrane system in each Cell. The integrity test
shall be performed discretely on one Cell at a time. The membrane integrity test
system shall use air pressure to verify the integrity of the membranes. The MFSS
shall provide documentation of methodology used to establish the integrity test
pressure. The air-hold membrane integrity test system shall conform to the
guidelines of the USEPA Membrane Filtration Guidance Manual(2005).
2) The integrity test system for each Cell shall be automatically initiated and
automatically sequenced by the PLC system. The integrity test system shall
verify the integrity of the hollow fiber and upon successful completion of the
integrity verification,return the Cells to service. If the integrity test for a Cell
does not pass the integrity verification,the Cell shall be removed from service _
and an alarm shall be annunciated in the process control system. Multiple
integrity test alarm levels shall be accommodated including alarm levels that do
not require a shutdown of the Cell.
3) The frequency of automatic integrity testing for each Cell shall be adjustable
between 8 and 72 hours.
4) The integrity test shall be logged as a SCADA value. In the event of Cell failure
of integrity,the MFSS shall provide a methodology to quickly and easily isolate
and/or remove the defective module from service.
5) The MFSS shall coordinate the design of the integrity test system and procedures
with the TCEQ and shall modify the test system to meet all requirements of the
TCEQ while still meeting all system performance requirements. Modifications
required by the TCEQ may include, but are not limited to,changes in the number
of integrity tests,changes to the frequency of the integrity tests,changes to the
sensitivity of the integrity tests,changes to the duration of the integrity tests.
c. Integrity Test System for Modules Removed from the Process Cell:
1) The MFSS shall provide a membrane integrity test system to verify the integrity
of individual membrane modules removed from the process Cell. The module
integrity test system shall include a test vessel sized to hold membrane module(s)
for testing. The membrane integrity test system shall use air pressure to verify
the integrity of the hollow fiber membranes. The unpressurized side of the
membrane Cell shall be vented to atmospheric pressure during the integrity test
procedure. The MFSS shall provide documentation of methodology used to
establish the integrity test pressure. The integrity test system for module(s)shall
be manually initiated. In the event of module(s)failure of an integrity test,the
MFSS shall provide a methodology to quickly and easily repair the defective
module.
11300A.doc 1130OA-20 Section 11300A—Submerged Membrane
Filtration System
I 1/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2.02 EQUIPMENT AND COMPONENTS
A. General Requirements
1. The membrane modules shall be prefabricated, preassembled and tested before shipment to
the site.
2. Each membrane cassette,once assembled, shall be tested. This testing shall incorporate a
leak check to verify the integrity of the assembly.
3. Products that will be in contact with potable water shall have NSF 61 certification.
4. Equipment shall fully comply with OSHA standards.
5. Electrical material and equipment shall have UL listing wherever standards have been
established by that agency. The complete electrical assembly shall meet all requirements
of the National Electrical Code,the National Electrical Manufacturers Association
(NEMA},the National Fire Protection Association(NFPA),and all applicable state and
local codes.
6. Components, including equipment, coatings and other parts of the system, shall comply
-- with AWWA standards.
7. Lifting Lugs: All equipment items or component assemblies weighing in excess of 100
pounds,with the exception of headers and valves, shall be furnished with lifting lugs.
8. Miscellaneous Fasteners: Bolts,nuts,washers, flange backing rings,and other
miscellaneous metal components not specifically addressed elsewhere in these
specifications shall be Type 316 stainless steel.
9. All welding shall be in accordance with the latest applicable codes of the American
Welding Society and/or ASME Boiler Code.
10. The MFSS shall submit calculations to the ENGINEER that verify pump cavitation or
drive overload does not occur over the specified operating range.
11. Pump motor speed shall match the pump speed for all MFSS supplied pumping systems.
B. Prefilter Screen System
1. Provide the necessary number of prefilters to enable the plant to operate at the maximum
net filtered water capacity with the largest capacity prefilter off-line for maintenance or
cleaning.
2. Refer to Section 11337,Automatic Self-Cleaning Screen for requirements of the prefilter
screen system.
y C. Filtrate Pumps
1. Configuration: Horizontal Split Case Double Suction Pumps or Horizontal End Suction
Pumps.
11300A.doc 1130OA-21 Section 11300A—Submerged Membrane
_ Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. Firm pumping capability shall be provided with a shelf spare pump.
3. Pump casings shall be ductile iron or cast iron conforming to ASTM A48,Class 30.
Impellers shall be 316 stainless steel.
4. Refer to Section 11210, Horizontal Split Case Double Suction Pumps or Section 11211, r•
Horizontal End Suction Pumps
D. Backwash/Reverse Filtration Pumps
1. Configuration: Horizontal Split Case Double Suction Pumps,Horizontal End Suction
Pumps.
2. Firm on-line pumping capability shall be provided such that backwash requirements can be
met with any one backwash pump off-line.
3. Pump casings shall be ductile iron or cast iron conforming to ASTM A48,Class 30.
Impellers shall be 316 stainless steel.
4. Refer to Section 11210, Horizontal Split Case Double Suction Pumps or Section 11211,
Horizontal End Suction Pumps.
E. Drain/Recirculation Pumps
1. Configuration: Horizontal Split Case Double Suction Pumps or Horizontal End Suction
Pumps
2. Firm on-line drain/recirculation pumping capability shall be provided such that pumping _
requirements can be met with any one drain/recirculation pump off-line.
3. Pump casings shall be 316 stainless steel. Impellers shall be 316 stainless steel. _
4. Refer to Section 11210, Horizontal Split Case Double Suction Pumps or Section 11211,
Horizontal End Suction Pumps.
F. Chemical Cleaning Solution/Make-up Water Transfer Pumps
1. Configuration: Horizontal Split Case Double Suction Pumps or Horizontal End Suction ..
Pumps.
2. Firm on-line chemical cleaning solution transfer pumping capability shall be provided such —
that pumping requirements can be met with any one transfer pump off-line.
3. Pump casings shall be 316 stainless steel. Impellers shall be 316 stainless steel.
4. Refer to Section 11210, Horizontal Split Case Double Suction Pumps or Section 11211,
Horizontal End Suction Pumps. ,
11300A.doc 1130OA-22 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
G. Process Air System(If Required for Complete and Operation SMF System)
1. Configuration: Centrifugal Air Blowers or Positive Displacement Blowers
2. Firm on-line process air blowers' capability shall be provided such that process air
-- requirements can be met with any one blower off-line.
3. Refer to Section 11377,Centrifugal Air Blowers or Section 11372, Positive Displacement
Air Blowers.
H. Pneumatic Ejectors
1. Refer to Section 11212,Miscellaneous Pumps.
1. Compressed Air System
1. The MFSS shall provide compressed air system(s) including air compressors,air driers,air
receivers,valves,controls, inlet air filter/silencer, flexible connections,air check valves,
automatic drip trap and other components to make complete compressed air systems for the
following applications:
a. operation of the pneumatic actuated valves on the SMF Cell,
b. operation of the membrane integrity test system,
c. operation of the pneumatic ejector vacuum pump system,
r d. operation of all miscellaneous appurtenances,as applicable by the proposed SMF
system.
2. Firm on-line standby compressed air capacity shall be provided for the systems listed
' above such that compressed air requirements can be met with any one compressed air
system component off line.
3. Configuration: Air compressors shall be rotary screw-type with dedicated dryers.
4. Compressors shall operate in a lead-lag manner at a frequency recommended by the
compressor manufacturer.
5. Refer to Section 11370,Compressed Air Equipment.
J. Chemical Metering/Transfer Pump System
1. Firm on-line chemical metering/transfer pumps shall be provided for each cleaning and
neutralization chemical recommended for use by the MFSS such that chemical feed
requirements can be met with any one pump off-line.
2. The chemical metering/transfer pumps,valves, flow meters, pressure gauges and
appurtenances, including piping between the pumps and the appurtenances, shall all be
factory mounted onto a rigid non-metallic panel or piping as part of a skid mounted
y assembly.
11300A.doc 1130OA-23 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. Refer to Section 11212,Miscellaneous Pumps.
K. Fiberglass Tanks T
1. MFSS shall provide tank assemblies for the following applications:
Application Quantity Size
Backwash water storage(if necessary) As required by proposed system sized by MFSS
CIP solution storage As required by proposed system sized by MFSS
CIP solution neutralization As required by proposed system sized by MFSS
CIP,EFM/MW and neutralization As required by proposed system sized by MFSS
Chemicals for 15 days storage plus the
amount required for one CIP for .•
one train except for Sodium
Hypochlorite which requires 3
days storage plus the amount
required for one CIP for one
train.
2. Refer to Section 11345, Fiberglass Tanks.
L. Chemical Cleaning Solution Make-Up Water Immersion Heater
1. MFSS shall provide an electric immersion heater for the chemical cleaning solution make-
up water storage tank sized to meet the needs of the cleaning system. The heating element
shall be suitable for operation in the chemical solution to be stored in the tank.The heater
shall be Chromalox"Type KTLS", Watlow; Delta;or equal.
2. The heater shall be 480 volt, 60 Hz,3-phase. The immersion heater raise the recommended
volume of cleaning chemical stored in the solution tanks from 50-deg F to the target
temperature recommended by MFSS in 6-hours or less as required to completely clean one
train in a 12 hour shift. -
2.03 PIPING AND VALVES
A. Piping Systems
1. The MFSS shall supply feed,permeate,air supply piping,and other system piping as _
follows:
a. The MFSS shall supply all piping integral to the SMF unit to terminations at the
envelope of the support framework. The General Contractor shall supply all
interconnection pipe work to terminal flanges outside of the SMF unit envelope.
b. The MFSS shall supply all panel/skid-mounted piping on the chemical feed system —
panel/skid.
c. All other piping will be supplied by the General Contractor —
11300A.doc 1130OA-24 Section II300A—Submerged Membrane
Filtration System
I 1/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. Piping System Design General Requirements:
" a. SMF piping shall be arranged to assure that the flow meter manufacturer's
requirements for upstream and downstream straight run of pipe is provided. The flow
from each Cell shall be measured directly.
b. 2-1/2", 3-1/2" and 5"pipe sizes are not permitted.
c. Threaded fittings shall not be used for PVC pipe or pipe diameters exceeding 2 inches.
d. All welding shall be in accordance with the latest applicable codes of the American
Welding Society and/or ASME Boiler Code.
3. All process piping integral to the SMF Cell shall be Nylon or Schedule 10,Type 316L
stainless steel.
4. Chemical feed system piping shall be Schedule 80 PVC.
5. Process Air(PA)manifold shall be type 316L stainless steel pipe.
6. Control Air(CA)manifold shall be 316L stainless steel pipe.
7. Piping Flow and Surge Control:
a. PMF shall provide modulating valves or VFDs for flow control. All actuated valve
opening and closing speeds shall be set to open and closed slowly so as to not induce
surge to the system. Opening and closing speeds shall be adjustable but not less than
10 seconds.
b. Opening and closing of valves and start and stop rates of VFDs shall not cause the
pressure to in the plant piping to exceed the pressure class of the pipe.
c. MFSS shall provide pressure reducing valves for potable water connections where
MFSS supplied equipment requires pressures less than 100 psi. MFSS shall determine
the size and type of pressure reducing valve required.
8. Air Venting for System:
a. All skids shall be equipped with manual and automatic valves to vent air from the
skids/racks and from headers and also to allow air to enter the system when required.
MFSS shall determine the location, size, and type of air release/vacuum valves
required on racks and headers including isolation valves at each connection.
9. Piping Sizes and Velocities:
a. Headers and piping shall be sized based on a maximum flow rate in any portion of the
pipe or header assuming 21 MGD filtrate capacity at 20°C with all trains running. The
velocities shall not exceed the following:
i. Gravity Flow and Pump Suction Lines: maximum 5 fps
11300A.doc 1130OA-25 Section l 1300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
ii. Piping after Pumps: 7 fps.
10. Refer to Section 15062, Stainless Steel Pipe and Fittings Refer to Section 15064, Plastic
Pipe and Fittings.
B. Valves and Valve Actuators
1. The MFSS shall supply all check valves,control valves, solenoid valves, isolation valves
and actuators required for a completely functional system: --
2. Refer to Section 15100,Valves and Appurtenances. Refer to Section 15105 for Butterfly
Valves _
2.04 INSTRUMENTATION AND CONTROLS
A. Refer to Division 13, Instrumentation and Controls
B. The MFSS shall provide an SMF Control System designed to perform the following functions:
1. Monitor and record operational data for influent and filtrate water including the following
at a minimum:
a. Flow rate
b. Temperature
c. Turbidity
2. Monitor and record operational data for membrane system components including the
following:
a. Transmembrane pressure
b. Backwash/reverse filtration water flow
c. Chemical cleaning solution transfer pump flow
d. Drain/recirculation pump flow, if applicable
e. Filtrate pump flow
f. Hours of operation for each membrane cell
g. Hours of operation for all component equipment
3. Control the sequence,frequency,duration,and chemical feed concentrations of
backwashing and chemical cleanings.
4. Perform and record calculations to determine the recovery efficiency.
11300A.doc 1130OA-26 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
i
City of Fort Worth
Northwest WTP—Membrane Filtration System
5. Interrupt operation and/or sound alarm for high transmembrane pressure, high turbidity,
failed membrane integrity test, low filtered water flow,high pre-filter differential pressure,
and filtrate pump failure.
6. Initiate and control membrane integrity tests. Perform and record results from membrane
-- integrity pressure hold tests.
7. Adjust flow through membrane cell in response to a manual input through the control
system from operator.
8. START/STOP and flow-pace filtrate pumps.
9. Shutdown train and alarm upon failure of any defined critical parameter or component as
specified herein.
10. Store 1 year of historical data(historical trends,alarm logs,operating data,cleaning and
backwash information,water quality data)at the HMI.
11. Record and alarm power failures,and transfers to and from backup power.
12. Provide other features as required by the system for unattended operation or to meet
specified performance requirements.
13. Interface seamlessly with the plant SCADA system.
C. The MFSS shall provide a Master Control Panel consisting of a NEMA4X stainless steel
enclosure, Programmable Logic Controller(PLC),Human Machine Interface(HMI)Control
Panel, HMI Software, Uninterruptible Power Supply(UPS),Ethernet switch,and spare parts as
specified in Division 13 to control the SMF operation.
D. Control system testing shall be as specified in Division 13.
E. Process Instrumentation
1. The MFSS shall be responsible for supplying all instruments that form an integral part of
the PMF System being provided. At a minimum,the following instrumentation shall be
included with the membrane water treatment system.
a. Pressure indicators, switches and transmitters on the influent and effluent piping for
each SMF Train including process water systems, backwash/reverse flow systems,
and chemical cleaning systems with high transmembrane pressure alarms
b. Filtrate flow measurement from each SMF Cell
c. Backwash/Reverse Filtration flow measurement
_ d. CIP make-up water pump flow measurement
e. Drain/recirculation pump flow measurement
f. Chemical feed pump flow measurement for each chemical
11300A.doc 11300A-27 Section 11300A—Submerged Membrane
Filtration System
l l/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
g. Transmembrane pressure measurement for each SMF Cell
h. Pressure gauges and switches on the suction and discharge of all pumping systems
i. Pressure gauges and switches on the air compressors and compressed air receivers and
piping
j. Pressure gauges and flow switches on process air blowers
k. Pressure indicating transmitters for control air and process air systems. —
1. Filtrate temperature indication
m. Pressure indicating transmitters for SMF filtrate pump suction and backwash to each
SMF Cell s with high transmembrane pressure alarms.
n. Blower air temperature indication Y
o Pressure indicating transmitters for control air,vacuum air removal system,and
process air systems.
p. Analyzer for pH and chlorine residual monitoring on the CIP monitoring system
q. Continuous on-line turbidity meters on each SMF Cell filtrate
r. High and low level switches for all process and chemical feed tanks
s. Air flow measurement for process air blowers
t. Chemical cleaning solution make-up water temperature indication
2. Refer to Division 13 for instrumentation requirements.
2.05 ELECTRICAL
A. The complete electrical assembly shall meet all requirements of the National Electrical Code,
the National Electrical Manufacturers Association(NEMA),the National Fire Protection
Association(NFPA),and all applicable state and local codes.
B. Three-phase,480V ac power will be available for the Membrane Filtration Equipment. The
MFSS shall furnish motor control centers,panelboards,transformers,and other equipment
necessary to provide power distribution and control for all equipment provided. All variable
frequency drives will be provided by the others,except for variable frequency drives for
chemical metering pumps. Pre-piped and skid mounted components shall be pre-wired to a
terminal junction box located on the skid.
C. Electrical Specifications:
1. Refer to Section 16000.
11300A.doc 1130OA-28 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
D. Motors:
1. Refer to Section 01171.
2.06 SPARE PARTS
A. MFSS shall provide spare parts and cleaning chemicals in accordance with Section 01750,
Spare Parts.
m 2.07 SHOP PAINTING
A. All goods included within the SMF system shall meet the requirements of Section 09901,
Surface Preparation and Shop Prime Painting
2.08 SPECIAL TOOLS
A. The MFSS shall provide special tools required for disassembly and reassembly or analysis of
membrane modules.
B. The MFSS shall provide all special tools, hooks,straps,cables and accessories for removing the
membrane rack assemblies from the process tanks.
C. The MFSS shall provide any special tools for removing the membrane modules from the
module cassette assemblies.
D. The MFSS shall provide any special tools for repairing the integrity of modules with broken
membrane fibers.
2.09 LUBRICANTS
A. Refer to Section 01730, Installation,Operation and Maintenance Manuals for MSDS submittal
requirements.
PART 3 EXECUTION
3.01 INSTALLATION
A. Refer to Section 01620, Installation of Membrane Equipment.
3.02 COMMISSIONING
A. Refer to Section 01660, Commissioning of Membrane Equipment.
3.03 TRAINING
A. Refer to Section 01715, Equipment Operation and Maintenance Training
11300A.doc 11300A-29 Section 11300A—Submerged Membrane
Filtration System
= 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3.04 ACCEPTANCE TESTING
A. Refer to Section 01670,Acceptance Testing of Membrane Equipment.
END OF SECTION
11300A.doc 1130OA-30 Section 11300A—Submerged Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11300—B
PRESSURE MEMBRANE FILTRATION SYSTEM
PART1 GENERAL
1.01 DESCRIPTION
A. Description of Work
1. The OWNER intends to pre-select and have installed a membrane filtration system(MFS)
that will utilize either submerged membrane filtration technology or pressure membrane
technology. The specified requirements for a pressure membrane filtration(PMF)system
are contained in this Specification Section 11300-13,Pressure Membrane Filtration System.
The specified requirements for a submerged membrane filtration(SMF)system are
contained in Specification Section 11300-A, Submerged Membrane Filtration System.
2. This Section specifies the requirements for the design, fabrication, shipment, installation
oversight,commissioning, startup, and acceptance testing of a pressure membrane filtration
(PMF)system. It describes the work to be performed by the Membrane Filtration System
- Supplier(MFSS).
3. The PMF system will treat surface water withdrawn from Cedar Creek Reservoir,Richland
�- Chambers Reservoir,Lake Benbrook,or a combination of two or more of these sources.
The treatment processes upstream of the membrane filtration system include raw water
ozonation for taste and odor control and iron and manganese oxidation,rapid mix,
flocculation, sedimentation and granular activated carbon(GAC)biological contactors.
Chemicals that may be applied to the water prior to membrane filtration include ammonia
prior to the ozone contactors,ozone, lime for pH adjustment at the rapid mix basins,alum
or ferric sulfate as the coagulant in the rapid mix basins,and sodium hypochlorite just prior
to the membranes.
4. The MFSS shall furnish the equipment items associated with the PMF system and will
participate in the installation,commissioning,acceptance testing, and training of OWNER's
personnel in operation of the PMF system as a whole.
5. The MFSS is responsible for providing a fully functional PMF system that is the standard
commercial product offered by the MFSS for municipal potable water treatment.
1— 6. The Goods shall include,but not be limited to,the following MFSS supplied equipment:
a. skid mounted membrane filtration treatment trains including membrane modules and
.� support structures;
b. skid mounted backwash/reverse filtration equipment;
.. c. skid mounted membrane cleaning equipment for clean-in-place(CIP)and enhanced
flux maintenance(EFM)/maintenance wash(MW)processes including chemical
storage,pumping,recirculation and neutralization facilities;
11300B.doc 11300B-1 Section 11300B—Pressure Membrane
_ Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
d. compressed air and/or air blower systems with all associated controls and valves skid
mounted;
e. pumps and motors;
f, skid mounted membrane integrity test system;
g. valves;
h. actuators;
i. electrical process control equipment; _.
j. process control system equipment;
k. instrumentation components;
1. skid mounted chemical feed equipment and storage tanks associated with chemically
enhanced backwash system, CIP system,and chemical neutralization —
in. all interconnecting piping within all PMF system components and skid mounted
equipment provided as a part of the PMF system.
n. all required fasteners and miscellaneous appurtenances for MFSS provided equipment
except anchor bolts and bolts for remote valves and piping appurtenances. MFSS
shall provide location and information for sizing of the anchor bolts.
o. Pilot Unit per Specification Section 11170 r
7. The design of a proprietary membrane filtration system requires considerable coordination
between the OWNER, ENGINEER and MFSS. The MFSS will provide assistance to the
ENGINEER and OWNER and provide the information needed to coordinate the design of R
the membrane filtration system as well any ancillary equipment and supporting structures
designed by the ENGINEER but not provided by the MFSS.
8. The MFSS shall provide all parts,equipment,materials, and components including
instrumentation and controls for a complete operating system with the exception of MCCs,
VFDs and plant piping required to connect MFSS equipment skids,tanks,and non-skid
mounted pumps and valves. Equipment will be installed and interconnections made by the
General Contractor under a separate installation contract.
9. The General Contractor shall be responsible for installation of equipment furnished under
this contract and for provision of interconnecting piping except as provided by the MFSS
and electrical power supply and connections.
B. Reference Specifications
1. Division 13, Instrumentation and Controls
2. Division 15, Mechanical.
11300B.doc 1130OB-2 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. Division 16,Electrical.
- C. Special Considerations
1. Definitions
a. MFSS: Membrane Filtration System Supplier
b. Membrane characteristics and material shall be PVDF by Pall Corporation.
c. The term Membrane Train pertains to a process increment of hollow fiber membrane
_ filtration treatment capacity consisting of all the equipment contained on or within a
single skid installed as a complete functioning assembly that can be operated
independently.
y d. Membrane Module/Element is a grouping of hollow fiber membranes that are secured
into a common potting compound.
e. Enhanced Flux Maintenance(EFM)or Maintenance Wash(MW)is a periodic
backwash utilizing a chemical solution(s)a piloted by the MFSS. This definition is
intended to include EFM/MW procedures that are typically performed on a 24 to 72
hour of operation frequency with EFM/MW lasting 60 minutes or less> This
definition is not intended to include routine water and/or air backwashes/reverse
filtration procedures nor CIP procedures.
2. Design or Performance Requirements
a. It is the intent of this Specification to identify major components of the PMF system
and to establish minimum equipment and quality standards for these components. It is
the MFSS's responsibility to provide all parts, equipment,materials,and components
required for a complete operating PMF system.
b. Single Source Responsibility: To ensure that all the equipment required for the
installation of the PMF system, including controls is properly coordinated and will
function as a unit in accordance with the intent of these specifications,the equipment
specified under this section shall be provided by a single MFSS. The MFSS shall be
responsible for the proper function of all the equipment integral to the PMF system
(regardless of the original manufacturer of the various component parts),as an
integrated and coordinated system. The intent of this paragraph is to establish unit
responsibility with the MFSS for all of the equipment associated with the Pressure
Membrane Filtration System.
C. The PMF system and proposed operating protocols shall meet all requirements of
Y Texas Commission on Environmental Quality(TCEQ).
d. The PMF system shall meet all requirements of the governing regulatory agencies for
use to produce potable water and receive regulatory credit for a minimum of 99.99%
(4-log)removal/disinfection of regulated bacterial and protozoan microorganisms
following guidelines of the USEPA Long-Term 2 Enhanced Surface Water
Treatment Rule.
l 1300B.doc 1130OB-3 Section 1130013—Pressure Membrane
Filtration System
-` 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. Pressure Membrane Filtration System Supplier(MFSS)
a. The MFSS's products shall be limited to the following proprietary PMF systems:
1) Pall Corporation Microza System.
2) No equals will be considered.
4. Patents _
a. The MFSS shall warrant that the use of its system and related equipment, in the
process for which the equipment has been expressly designed and sold by the MFSS
hereunder, will not infringe on any U.S.,Canadian or other foreign patent recognized
by Canada or the USA.
b. The MFSS hereby grants the OWNER a non-exclusive royalty free license to make or =
use any process or apparatus claimed in any patent owned by MFSS or any drawings
prepared and supplied by MFSS, but only to the extent that this license is required by
the OWNER to build and operate the PMF system using MFSS modules produced and `
supplied by the MFSS. All other rights are reserved.
c. The MFSS shall be responsible for any patent infringement damages levied on the
OWNER or ENGINEER in connection with the use of equipment from the MFSS.
1.02 QUALITY CONTROL/QUALITY ASSURANCE
A. Manufacturers Qualifications: All equipment furnished under this specification shall be new
and shall be industry standard product. T
B. All wetted components shall be NSF certified.
C. Reference Standards: Comply with applicable provisions and recommendations of the
following,except as otherwise shown or specified:
1. American Society of Mechanical Engineers(ASME)
a. ASME Boiler and Pressure Vessel Code
2. American Society for Testing and Materials(ASTM)
a. ASTM A 193—Standard Specification for Alloy-Steel and Stainless Steel Bolding
Materials for High-Temperature Services
b. ASTM A 36, Standard Specification for Structural Steel a
3. American National Standards Institute(ANSI)
a. ANSI B 16.5—Pipe Flanges and Flanged Fittings
4. American Welding Society(AWS)
11300B.doc 11300B-4 Section 11300B—Pressure Membrane
Filtration System
11/30/2007 —
City of Fort Worth
Northwest WTP—Membrane Filtration System
a. AWS A5.9-Specification for Bare Stainless Steel Welding Electrodes and Rods
b. AWS D1.1 -Structural Welding Code-Steel
c. AWS D10.9-Standard for Qualification of Welding Procedures and Welders for
Piping and Tubing
5. Steel Structure Painting Council(SSPC)
a. SP 10-Joint Surface Preparation Standard Near-White Blast Cleaning
6. Canadian Standards Association(CSA)
7. Hydraulic Institute(HI)
8. Institute of Electrical and Electronic Engineers(IEEE)
9. National Electric Code(NEC)
10. National Electrical Manufacturers Association(NEMA)
.. 11. Standards of National Electrical Manufacturers Association
12. Standards of American Water Works Association(AWWA)
13. National Sanitation Foundation(NSF)
= 14. Instrument Society of America(ISA)
C. Manufacturers Quality Assurance/Quality Control Program
1. The manufacturer shall have in place a dedicated quality control/quality assurance program
that conforms to or is similar to ISO-9000/ISO-9001.
- 2. The ENGINEER and the OWNER may elect to visit the MFSS's facility to witness
fabrication,assembly,or testing of the equipment and systems specified. If so elected,the
visits will be at OWNER's expense, unless otherwise noted herein. The MFSS shall
facilitate such visits including demonstration of shop testing and QA/QC procedures.
1.03 SUBMITTALS
A. Shop Drawings and Product Data
1. Copies of all materials required to establish compliance with the Specifications shall be
submitted to the ENGINEER, in accordance with Section 01300. The MFSS shall include
the following information in their submittals to the ENGINEER:
'! a. Schematic Drawings:
1) Process and Instrumentation Drawings(P&IDs)of the System, including
F hydraulic and pneumatic schematics detailing the equipment supplied by the
1130013.doc 11300B-5 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
MFSS and showing equipment provided by others that will interface with the
System. Battery limits of MFSS's scope of supply shall be clearly delineated by
hatching, lineweight,etc.
2) The MFSS is responsible for establishing the P&ID tag numbering for the system
based on the Owner's tag numbering convention.
3) Electrical wiring diagrams including motor horsepower and other electrical load
information and identification of external wiring connections for use by the _
General Contractor to install and make operational the supplied equipment.
b. System Arrangement Drawings: The MFSS shall prepare and submit each of the
following Arrangement drawings for approval: ..
1) Provide plan and elevation views of all major components and subsystems,
detailing orientation of equipment,piping,fittings and valves(including valve
actuators)and necessary supports for the equipment;
2) Provide arrangement drawings of the CIP,and neutralization equipment and `
interconnecting piping,valves, supports,and appurtenances for the membrane
system. Drawings shall show chemical storage tanks for a 15 day supply of each
chemical plus chemicals for a CIP on one train required at the percent
concentration noted in the proposal for the PMF system with the exception of
sodium hypochlorite. A 3 day supply plus chemicals for a CIP on one train for
the 0.8%sodium hypochlorite shall be required.
3) Provide arrangement drawings of the compressed air equipment and
interconnecting piping,valves, supports,and appurtenances for the membrane
system.
4) Provide arrangement drawings of the backwash equipment and interconnecting
piping,valves, supports,and appurtenances for the membrane system.
5) Provide arrangement drawings of the feed pumps, strainers and associated valves
for the membrane system.
6) Provide arrangement drawings of the drain and recirculation pumps and
interconnecting piping,valves, supports and appurtenances for the membrane
system. -
7) Clearly identify the termination points for hydraulic,pneumatic and electrical
connections where interfacing of the MFSS supplied equipment and equipment to
be installed by the General Contractor exists.
8) A bill of material for all devices,components,and appurtenances supplied with ..
each membrane train including component original part numbers identifying each
furnished component.
9) Provide setting drawings,templates for the installation of anchor bolts and other
anchorages for the system.
11300B.doc 1130OB-6 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C. Component Equipment: The MFSS shall submit technical information for approval
in accordance with the specific technical specifications and the general specification
requirements for all items of component equipment including pumps, compressed air
equipment, air blower equipment,valves/actuators, CIP equipment, instrumentation,
flow meters,and analyzers, showing all dimensions, materials of construction,
performance ratings, set points,component parts,construction details,weight, factory
finish system, mechanical,electrical,and instrumentation drawings.
. d. MFSS equipment: Submittal Requirements
1) PMF Membrane Modules.
i.) Include element construction details(e.g.,active membrane surface area),
standard performance parameters, storage and handling requirements.
ii.) Provide standard commercial part numbers and materials for eleastomeric
seals.
iii.) Provide standard operating and maintenance data, including storage
solutions(concentration and volume)used during shipment and
recommended rinsing solution and volume and long and short-term storage
protocols.
e. Design Calculation: include calculations for equipment anchorage and supports as
required herein.
f. Manufacturer's literature, illustrations, specifications,weights,pump curves,and
.. engineering data for project engineered equipment including dimensions,materials,
sizes,and performance data.
g. Piping Fabrication and Assembly Drawings: For all MFSS supplied system piping,
provide double-line scaled drawings showing all fittings,valves, instruments and
supports.
1) Provide fabrication details for piping and structures elevation views of all major
components and subsystems,detailing orientation of equipment,piping, fittings
and valves(including valve actuators). Clearly indicate all piping terminations
and points of connection with existing equipment or equipment to be installed by
the General Contractor.
2) Identify piping materials and fabrication details.
3) Each support shall be identified by catalog number or shop drawing detail
number.
h. Refer to Division 13 Specifications for Control System Drawings Required.
i. Design calculations related to sizing of key components, including the overall
System,pumps,valves,trains,air compressor system, backwash system,CIP system,
chemical transfer pumps, CIP pumps,and electrical controls and instrumentation
supplied by the MFSS. Calculations for the piping system shall be sufficient to
l 1300B.doc 11300E-7 Section l BOOB—Pressure Membrane
Filtration System
l l/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
demonstrate that the system velocities and surge shall meet the maximum specified
values. Submittals for pump(s)and throttling and modulating valve(s)shall also
include calculations to show that cavitation does not occur over the specified —
operating range(s).
j. Provide calculations that verify pump drive overload does not occur over the
specified range.
k. Other submittals and/or shop drawings as required under the Contract Documents. _
1. Information as specifically requested by the ENGINEER or OWNER in support of
this Project. _
B. Factory Test Reports
1. Submit prior to delivery of the membrane modules the following:
a. The MFSS shall identify each membrane module by a unique serial number and
indicate the membrane lot.
b. The MFSS shall provide the membrane specification sheets that specify each
membrane module's normalized specific flux in gallons per minute permeate per —
pound per square inch of transmembrane pressure(gpm/psi)at 20 degrees C,nominal
pore size, and the nominal inside and outside surface area of the filter module. MFSS
shall use the TCEQ approved equation to calculate specific flux at other temperatures
c. Certification of wet testing for each membrane module conducted at the MFSS's
facilities or a facility approved by the Engineer.The MFSS shall identify membrane
module serial number. The MFSS shall certify that each membrane module has
passed the quality assurance/quality control tests for membrane element integrity.
Acceptable quality assurance and quality control tests include bubble point or pressure
hold tests above the minimum value recommended by the MFSS and approved by the
ENGINEER.
2. Quality Control Reports
a. Factory Test and MFSS Quality Control Reports for all equipment provided including
the Factory Test Report for the PLC/PCS system functional performance test reports per Section 13300.
b. Factory Test Reports for all Control Panels per Section 13325. —
C. Installation Instructions: Refer to Section 01620,Installation of Membrane Equipment.
D. Commissioning Plan: Refer to Section 01660,Commissioning of Membrane Equipment.
E. Training: Refer to Section 01715, Equipment Operation and Maintenance Training.
F. Operation and Maintenance Manuals: Refer to Section 01730,Installation,Operation and
Maintenance Manuals.
11300B.doc 1130OB-8 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
G. Record Drawings:
1. In accordance with Section 0 173 0, Installation,Operation and Maintenance Manuals,after
completion of Acceptance Testing the MFSS shall revise and submit to the OWNER
revised O&M Manuals using"As Installed"information.
H. Certificates, Warranties and Guarantees
_ 1. Refer to Section 01740, Warranties and provisions referenced therein.
2. MFSS "Acceptance of Installation and Commissioning"following equipment installation.
3. Regulatory Agencies: The MFSS shall supply all system information, hydraulic
calculations and drawings for the System and any other system performance data required
by regulatory agencies.
PART 2 PRODUCTS
2.01 SYSTEM DESIGN,PERFORMANCE AND FABRICATION REQUIREMENTS
A. Service Conditions
1. Ambient Environment. The equipment furnished under this section will be installed inside
a new membrane treatment building. The site conditions are expected to be as follows:
a. Altitude: Approximately 870 feet above Mean Sea Level.
m b. The System shall be suitable for installation in an industrial indoor environment
maintained between 50 degrees F and 93 degrees F.
c. Outside ambient air conditions:
i.. Summer temperature(max): 120 degrees F.
` ii. Summer relative humidity(max): 100 percent.
iii. Winter temperature(min): 10 degrees F.
iv. Winter relative humidity(min): 0 percent.
2. Hydraulic Conditions
a. Pretreated water, upstream of the membranes, will flow by gravity through GAC
_ contactors into a 160,000 gallon break tank. The membrane feed pumps will pull
suction from the break tank and pump water through the strainers and membranes to
the treated water clearwell. GAC contactor backwash pumps will also pull suction
_ from the break tank,resulting in periodic fluctuations in the water surface elevation in
the break tank.
b. The MFSS shall design the membrane feed pumps and other associated facilities to
account for the following:
11300B.doc 1130OB-9 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
i. Minimum and maximum static head between the break tank and the clearwell.
ii. Pump suction losses from the break tank suction header pipeline to the feed
pumps.
iii. Pump discharge losses from the feed pumps through the strainer to the
membranes.
iv. Strainer headloss(including cleaned and clogged conditions). _
v. Membrane system headloss(minimum and maximum transmembrane pressures)
vi. Headloss from membrane filtration system to the clearwell.
c. The MFSS shall use the following criteria in developing design requirements for the
membrane feed pumps. T
i. Break Tank water surface elevation range:
Maximum WSE=EL. 859.0
Minimum WSE=EL. 851.0
i. Ceearwell water surface elevation range:
Maximum WSE=EL. 868.0
Minimum WSE=EL. 860.0
ii. Static head range: _
Maximum Static Head= 17.0 feet
Minimum Static Head= 1.0 feet
iii. MFSS shall size piping and valves to meet specified maximum values and
account for headlosses accordingly.
iv. The common suction pipe header from the break tank will be 100 linear feet of
60-inch diameter pipe. Membrane feed pumps will pull from this pipeline.
MFSS shall take into account that the pipe header will eventually carry a flow of
40 mgd upon plant expansion and will see greater headloss under such condition.
v. The common membrane filtrate pipeline from the membrane system to clearwell
will be 700 linear feet of 48-inch diameter pipe. MFSS shall take into account
that the membrane filtrate pipeline will eventually carry a flow of 40 mgd upon
plant expansion and will see greater headloss under such condition. Y
B. General System Description
1. The system provided under this Specification shall be complete and operable in all respects
including,but not limited to,connections to other facilities,component and system tests,
calibration, alignment, and adjustments as necessary to place the system in operation to
perform its intended function. —
11300B.doc 1130OB-10 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
a. The membrane influent feed stream will have undergone ozonation, precipitative lime
softening and/or chemical coagulation using either ferric sulfate or aluminum sulfate,
high rate sedimentation and biolfiltration in GAC contactors. The feed water for the
PMF system feed pumps will come from a break tank following the GAC contactors.
Chemicals that may be applied to the water prior to membrane filtration include the
following:
• Ammonia(LAS)prior to ozonation,
• Ozone
• Lime prior to flocculation and high rate clarification
• Alum or ferric sulfate prior to flocculation and high rate clarification, and
• Sodium hypochlorite just prior to the membranes.
The feedwater will flow by gravity to the PMF system from a break tank following the
GAC contactors.
b. It is anticipated that the PMF feed pumps will take suction from a break tank located
just upstream of the membranes that also supplies backwash water GAC contactors.
The MFSS shall provide all necessary control devices to control the operation of the
PMF feed pumps and to maintain an acceptable range of water levels within the break
tank.
c. The PMF system and associated ancillary equipment shall be installed in a new
-�- building. The associated ancillary equipment includes compressed air systems/blower
systems,backwash/reverse filtration systems,and membrane EFM and CIP cleaning
systems. Pneumatically operated valves shall automatically regulate flow for the PMF
treatment trains during cycles of filtrate production, backwash/reverse filtration,
EFM/MW, integrity testing and cleaning on signals from the system supervisory
control system.
d. Permeate from the PMF system shall be collected in a common pipeline and routed to
the treated water clearwell. Waste flows generated from periodic train backwash
cycles/reverse filtration shall be routed to the washwater recovery basins.
y Deconcentration and neutralization cleaning solution processes shall be routed to the
sanitary sewer.
e. The membrane cleaning systems for clean-in-place(CIP)and EFM/MW processes
shall consist of chemical dosing systems,chemical storage tanks,cleaning solution
make-up tanks,cleaning solution make-up water heating system,cleaning solution
transfer pumps, chemical solution recirculation/drain pumps,piping,valves,
instrumentation and controls,as required for a complete PMF system. Chemical
dosing systems shall include cleaning solution make-up and neutralization processes,
composed of sodium hydroxide, sodium hypochlorite, sodium bisulfate, citric acid,
and phosphoric acid(depending on the individual system requirements). Neutralized
cleaning solution wastewater shall be routed to the sanitary sewer.
11300B.doc 1130013-11 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
f. The PMF system shall be controlled by the process control system(PCS),which will
monitor and control system process variables and provide the functionality specified
herein. The PCS shall include the hardware, software,programming, operator
interface and all necessary integration for a complete and independent operating PMF
system. The PMF System control panels will be located in the new membrane
building. The PCS shall also be capable of communicating PMF system status
indicators and alarms to the new water treatment plant SCADA system and receiving
control signals from the new water treatment plant SCADA system.
C. Process Design Requirements
1. Membrane System Design Criteria: The MFSS's System shall conform to the following
design criteria:
a. Membrane Flux:
1) The instantaneous membrane design flux shall not exceed the maximum
instantaneous design flux as noted in Part B, Proposal.
2) Design flux and other parameters must meet all requirements of the TCEQ.
b. Base Proposal System Design Conditions:
1) Refer to Part B, Proposal for specific design values.
c. Recovery: The design value for minimum recovery is specified in the Proposal.The
system shall operate at or above the MFSS's design recovery at all times during
operation. Design recovery values shall be calculated as follows:
(Net filtered water(mgd)/Net feed(mgd))x 100 percent
Where the quantity"net filtered water"is equal to the total amount of filtered water
produced less any amount used for backwashing,chemical cleaning,chemical
enhanced backwashing and rinsing of the membrane filter on a time weighted average
over a cleaning interval.
d. Membrane Feed Water Quality:
Membrane Feed Water Quality Design Parameters
Parameter Minimum Maxium
Algae Counts,cells/ML <100 10,000
Alkalinity(Total), m as CaO3 <10 200
Aluminum <0.1 1
Color,True ptCo 0 30
Hardness(Total),m as CaO3 <20 300
Iron(Total), m <0.1 1
Manganese <0.02 0.5 ..
H 6 9
Total Organic Carbon m L <1 5
Turbidity,NTU 0.1 5
11300B.doc 1130OB-12 Section 1130013—Pressure Membrane
Filtration System
11/30/2007 T
City of Fort Worth
Northwest WTP—Membrane Filtration System
e. Membrane Filtered Water Quality Requirements: Membrane filtered water quality
shall meet the following requirements:
i
Turbidi
Maximum membrane filtered water turbidity(ntu) 0.10
Maximum membrane filtered water turbidity 95%of <0.10
time(ntu)
_ Microbiological Removal Efficiency
Minimum Giardia Removal >99.99%
Minimum Cryptosporidium Removal >99.99%
2. The MFSS is responsible for establishing the control of the PMF system and for interfacing
with the new water treatment plant control system and other facilities.
3. Membrane Filtration Trains
a. The System shall be divided into'identical'Trains. Each Train shall be functionality
independent(independent electrical and hydraulic control),and of the same hydraulic
capacity. Pumps,valves and appurtenances for each Train or service(backwash
pumps,CIP pumps,air system,etc.) shall be of the same manufacturer with identical
model numbers.
b. Support Structure
1) All pressure vessels, piping, instrumentation, and other appurtenances,which
make up a single PMF Train, shall be supported on a structural frame. The frame
shall be constructed of corrosion-resistant material including epoxy coated steel,
stainless steel, or aluminum T6061.
c. Pressurized Hollow Fiber Filtration Membranes
1) The membranes provided for this project shall be pressurized hollow fiber type
membranes with flow from the outside to the inside,and have a maximum
nominal pore size of 0.1 micrometers and shall be the same type of fiber and
packing density as that pilot tested for this project. The individual membrane
modules shall be easily removed from the module manifolds included on each
Train.
2) The membranes shall be resistant to the following chemicals in the
concentrations noted:
a) Sodium Hypochlorite 6 mg/L as NaOCI continuously
1000 mg/L as Cl for 12 hours
b) Aluminum Sulfate 13 mg/L continuously
followed by flocculation, sedimentation
and GAC contactors prior to membranes
c) Ferric Sulfate 40 mg/L continuously
11300B.doc 1130OB-13 Section 1130013—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
followed by flocculation, sedimentation
and GAC contactors prior to membranes
d) Lime 40 mg/L continuously
followed by flocculation, sedimentation
and GAC contactors prior to membranes ~
e) Liquid Ammonia Sulfate 40 mg/L continuously
followed by ozone contactors, -
flocculation, sedimentation and GAC
contactors prior to membranes
3) Membrane modules shall be tested at the MFSS factory or a facility approved by
the Engineer for hydraulic performance and integrity.
d. The modules shall have a manifolded arrangement. All seals shall be EPDM.
e. The MFSS for a PMF system shall supply all piping within the limits of each
Membrane Filtration Train. This should include any feed,permeate,backwash,CIP,
drain and compressed air piping.
f. The PMF system shall be equipped with valves to provide the ability to isolate each
cluster or stack of membrane modules within the process unit.
4. Backwash System: —
a. General Requirements for the backwash system are as follows:
1) Provide all valves,pumping equipment, air supply equipment,chemical
injection,and mixing system, instruments,controls, and other components as
needed to provide an automated backwash system.
2) The PMF Trains shall utilize a backwash/reverse filtration flow and/or air scour
to remove accumulated particulates and maintain the design filtrate production
rate. Dislodged solids shall be flushed to waste. The system Trains shall !
incorporate an air scour sequence to agitate the exterior fiber surface during the
backwash sequence.
3) The backwash cycles shall be initiated automatically through the process control
system using totalized volume or time,as selected by Operator. The system shall
also allow Operator to initiate a backwash manually. The backwash processes —
shall be carried out automatically through the PCS.
4) Spent backwash water exiting the Train shall be discharged in a controlled _
manner to the washwater recovery basins. The MFSS shall assist the
ENGINEER in coordinating and sizing the backwash water conduits.
5) Backwash Pumps: Refer to Section 2.02 of this Specification Section.
6) Process Air Scour System Blowers: Refer to Section 2.02 of this Specification
Section.
11300B.doc 11300E-14 Section 11300B—Pressure Membrane
Filtration System
11/30/2007 !
City of Fort Worth
Northwest WTP—Membrane Filtration System
7) The backwash system shall be designed such that no more than one Train can be
backwashing at any time.
8) If backwash pumps are used, firm on-line backwash pumping capability shall be
provided such that backwash requirements can be met with any one backwash
pump off-line.
b. Chemical Enhanced Backwashing Spent Solution
1) The MFSS shall clearly indicate any chemically enhanced backwashings
(EFM/MW)to be used with their offered PMF systems. The MFSS shall clearly
indicate the backwashing sequence involving such chemically enhanced
backwashings,the estimated volume and concentration of the active chemical,
and the proposed method of chemical neutralization.
6. Compressed Air System
a. The MFSS shall provide compressed air systems for the following systems:
1) operation of the pneumatic actuated valves on the PMF treatment train,
2) operation of the membrane integrity test system,
3) operation of all miscellaneous appurtenances or processes,as applicable by the
— proposed PMF system.
b. Firm on-line standby capacity shall be provided for the systems listed above.
c. Compressed Air Systems: Refer to Section 2.02 of this Specification Section.
7. Pneumatic System:
a. When used,pneumatic solenoid valves shall have a pilot indicator and a manual
override. Solenoid valves shall be rack mounted. MFSS shall provide one solenoid
valve rack per train and one per equipment skid. Solenoid valves for non-skid
mounted equipment shall be mounted on the nearest skid mounted solenoid valve
rack.
b. Pneumatic lines shall be of 316 stainless steel construction.
- c. Compressed air that is in contact with filtered water shall pass through a hydrophobic
membrane filter with a retention efficiency of 0.2 microns or less. Compressed air
that is in contact with filtered water or the membranes be supplied by oil free
compressors.
d. Plastic valves,plastic check valves and other plastic appurtenances are not permitted
_ on compressed air lines.
e. A regulator shall control the pressure of the compressed air supply. An isolation ball
valve shall be located at each solenoid valve rack and at each treatment Train.
11300B.doc 1130OB-15 Section 11300B--Pressure Membrane
r Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
f. MFSS shall provide speed control as required to regulate valve actuation in order to
prevent hydraulic shock.
8. Membrane Chemical Cleaning and Neutralization System
a. General: The MFSS shall supply a chemical cleaning system including CIP and
EFM/MW equipment,tanks and accessories. The cleaning systems shall include skid
mounted chemical dosing systems,chemical storage tanks, cleaning solution make-up
tanks,cleaning solution make-up water heating system, skid mounted cleaning
solution transfer pumps, skid mounted chemical solution recirculation/drain pumps,
skid piping,valves, instrumentation and controls,as required for a fully functional and
operational chemical cleaning and neutralization systems. Skid mounted chemical
dosing systems shall include cleaning solution make-up and neutralization processes
composed of sodium hydroxide, sodium hypochlorite, sodium bisulfate,citric acid,
and phosphoric acid(depending on the individual system requirements). A membrane T
cleaning chemical is defined as a chemical that is used for cleaning of the membrane
and is not intended or acceptable for contact with filtered water.
b. The PMF system shall include integral,automatic, membrane CEP systems designed to
remove all solids that have accumulated in the membrane modules(including on the
membrane surface and within the membrane pores)to maintain System performance
by reducing the transmembrane pressure at a given flow and water temperature to
within the pre-defined normal operating limits. The chemical cleaning systems shall
be capable of operation with MFSS's cleaning solutions and other cleaning solutions
as required by the MFSS. All chemical cleaning system components shall be acid, -
base, free chlorine and detergent compatible. The design of the chemical cleaning
system shall consider the potential for the generation of foam in the solutions and the
control of foaming.
c. The cleaning system must operate automatically upon operator initiation of the CEP
cycle. The MFSS shall provide controls for the cleaning and neutralization system
through the PMF control system. The control system shall record the time between
chemical cleanings and send an alarm when the next chemical cleaning is needed
based on the operator-entered time interval or an increase in TMP.
d. Firm on-line CEP transfer/circulation pumps(if required), shall be provided such that
CUP transfer/circulation can be met with any one pump off-line.
e. Provide facilities to mix chemicals to neutralize and/or dechlorinate spent chemical
cleaning solutions prior to discharge. Provide automatic pH and chlorine residual
monitoring. -
f. Membrane CIP, EFM/MW and neutralization chemical feed systems shall be provided
for each of the cleaning and neutralization chemicals required for the system. Each _
membrane clean-in-place chemical feed system shall comprise as a minimum the
following items:
1) Firm on-line chemical metering/transfer pumps shall be provided for each
process such that CEP chemical metering/transfering can be met with any one
pump off-line.
11300B.doc 1130OB-16 Section 11300B—Pressure Membrane
Filtration System
11/30/2007 T
City of Fort Worth
Northwest WTP—Membrane Filtration System
2) Valves.
3) Pressure gauges.
4) Controls(to be provided as part of the overall control system)
5) The chemical metering pumps shall be supplied by the MFSS as part of a skid-
mounted assembly including piping between the pumps and the appurtenances.
Valves,calibration chamber with isolation valves, pressure gauges and
appurtenances shall all be factory mounted onto a rigid non-metallic panel or
pipe.
6) Strainers
7) Flow meters
g. The MFSS shall provide the necessary valves and interlocking logic to assure that a
PMF Train being chemically cleaned is isolated from the other operating membrane
{ units. The system shall be designed so that the filtrate and CEP piping are physically
disconnected to ensure cleaning solutions are not inadvertently applied to the wrong
unit using a"double block and bleed"valve arrangement with an air gap and with
limit switches. MFSS shall provide automatic double block and bleed valves in
accordance with TCEQ requirements. At a minimum, double block and bleed valve
arrangements incorporating an air gap and limit switches are required at the following
locations:
1) In the CIP solution feed piping upstream of the point where it connects to the
membrane permeate water piping for each cell.
2) In the membrane permeate water piping prior to the connection to the filtered
water piping manifold.
h. The design of the CIP system shall incorporate automatic safety features to assure that
the cleaning solution is adequately rinsed from the membrane system and will not
contact filtered water.
i. Concentrated sodium hydroxide system requirements:
1) All piping shall be fabricated from PVC SCH80. All connections shall be
flanged. No unions or NPT style fittings(threaded joints)are permitted in the
piping system. Transitions to tubing shall use flanged connections and fabricated
from stainless steel.
2) Sodium hydroxide valves shall be fabricated from type 316 stainless steel and use
flanged connections. Diaphragm valves with a rising stem indicator shall be used
for the piping system.
j. Concentrated sodium hypochlorite system requirements:
1) No metal components are permitted in the sodium hypochlorite feed system.
11300B.doc 1130OB-17 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2) All piping shall be PVC SCH80. All connections shall be flanged. No unions or
NPT style fittings(threaded joints)are permitted in the piping system.
Transitions to tubing shall use flanged connections.
3) When not in operation,the equipment shall be designed to consider the potential
of hypochlorite off-gassing and the system shall be designed to relieve
accumulated pressure in the system.
k. Concentrated chemicals for cleaning and neutralization will be stored in refillable bulk
tank system.
1. The neutralization facilities provided shall neutralize waste streams from t
CIP/recovery cleans and MW/EFM cleans and be capable of achieving waste streams
of pH 7.0 to 7.2 with no detectable chlorine residual.
9. Pipe Support Structure for MFSS Supplied Piping
a. The MFSS is responsible for providing pipe support assemblies for all MFSS supplied
Piping.
b. The MFSS shall submit the design calculations and drawings bearing the stamp of a
Registered Professional Engineer in the State of Texas in accordance with the Section `
01300.
c. Pipe support assemblies shall be fabricated of 316 stainless steel and shall meet the
requirements of Section 05500.
d. Non-pipe support assemblies shall be fabricated of structural steel shapes in
accordance with the requirements of Section 05500 and shall be painted in accordance
with the requirements of Section 09901.
10. Membrane Filtrate Monitoring and Integrity Test System: _
a. Each Train shall be equipped with an automatic sample valve located on the filtrate
(permeate)discharge line. The valve shall open when the cell is producing water.The
sample line shall be continuously connected to an on-line laser turbidimeter provided
by the MFSS. A filtered water bubble trap shall be provided.
b. Air-Hold Integrity Test System for each Train:
1) The PMF Trains shall have a membrane integrity test system to monitor the
integrity of membrane and membrane system in each Train. The integrity test
shall be performed discretely on one Train at a time. The membrane integrity
test system shall use air pressure to verify the integrity of the membranes. The
MFSS shall provide documentation of methodology used to establish the R
integrity test pressure. The air-hold membrane integrity test system shall
conform to the guidelines of the USEPA Membrane Filtration Guidance Manual
(2005).
2) The integrity test system for each Train shall be automatically initiated and
automatically sequenced by the PLC system. The integrity test system shall _
verify the integrity of the hollow fiber and upon successful completion of the
11300B.doc 1130OB-18 Section 11300E—Pressure Membrane
Filtration System
11/30/2007 -
City of Fort Worth
Northwest WTP—Membrane Filtration System
integrity verification,return the Trains to service. If the integrity test for a Train
does not pass the integrity verification,the Train shall be removed from service
and an alarm shall be annunciated in the process control system. Multiple
integrity test alarm levels shall be accommodated including alarm levels that do
not require a shutdown of the train.
3) The frequency of automatic integrity testing for each train shall be adjustable
between 8 and 72 hours.
4) The integrity test shall be logged as a SCADA value. In the event of Train failure
of integrity,the MFSS shall provide a methodology to quickly and easily isolate
and/or remove the defective module from service.
5) The MFSS shall coordinate the design of the integrity test system and procedures
with the TCEQ and shall modify the test system to meet all requirements of the
TCEQ while still meeting all system performance requirements. Modifications
required by the TCEQ may include,but are not limited to,changes in the number
of integrity tests,changes to the frequency of the integrity tests,changes to the
sensitivity of the integrity tests,changes to the duration of the integrity tests.
c. Integrity Test System for Modules Removed from the Process Train:
1) The MFSS shall provide a membrane integrity test system to verify the integrity
of individual membrane modules removed from the process train. The module
- integrity test system shall include a test vessel sized to hold membrane module(s)
for testing. The membrane integrity test system shall use air pressure to verify
the integrity of the hollow fiber membranes. The MFSS shall provide
documentation of methodology used to establish the integrity test pressure. The
integrity test system for module(s)shall be manually initiated. In the event of
module(s)failure of an integrity test,the MFSS shall provide a methodology to
quickly and easily repair the defective module.
2.02 EQUIPMENT AND COMPONENTS
{ A. General Requirements
1. The membrane assembly shall be prefabricated,preassembled and tested before shipment
to the site.Valve rack assembly shall be tested before shipment to site.
2. Each membrane Train,once assembled, shall be tested at the MFSS's facility. This testing
shall incorporate a leak check to verify the integrity of the assembly.
3. Products that will be in contact with potable water shall have NSF 61 certification.
4. Equipment shall fully comply with OSHA standards.
5. Electrical material and equipment shall have UL listing wherever standards have been
established by that agency. The complete electrical assembly shall meet all requirements
of the National Electrical Code,the National Electrical Manufacturers Association
(NEMA),the National Fire Protection Association(NFPA), and all applicable state and
local codes.
11300B.doc 1 130OB-19 Section 11300E—Pressure Membrane
y Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
6. Components, including equipment,coatings and other parts of the system, shall comply
with AWWA standards.
7. Lifting Lugs: All equipment items or component assemblies weighing in excess of 100
pounds,with the exception of headers and valves, shall be furnished with lifting lugs.
8. Miscellaneous Fasteners: Bolts,nuts, washers, flange backing rings,and other
miscellaneous metal components not specifically addressed elsewhere in these
specifications shall be Type 316 stainless steel.
9. All welding shall be in accordance with the latest applicable codes of the American
Welding Society and/or ASME Boiler Code. _
10. The MFSS shall submit calculations to the ENGINEER that verify pump cavitation or
drive overload does not occur over the specified operating range.
11. Pump motor speed shall match the pump speed for all MFSS supplied pumping systems.
B. Prefilter Screen System
1. Provide the necessary number of prefilters to enable the plant to operate at the maximum
net filtered water capacity with the largest capacity prefilter off-line for maintenance or
cleaning.
2. Refer to Section 11337,Automatic Self-Cleaning Screen for requirements of the prefilter
screen system.
C. Supply Feed Pumps
1. Configuration: Horizontal Split Case Pumps, Horizontal End Suction Pumps.
2. Firm pumping capacity shall be provided with any one feed pump off-line.
3. Pump casings shall be ductile iron or cast iron conforming to ASTM A48,Class 30.
Impellers shall be 316 stainless steel.
4. Refer to Section 11210, Horizontal Split Case Pumps or Section 11211, Horizontal End
Suction Pumps.
D. Backwash/Reverse Filtration Pumps(If Required for Complete and Operation PMF System)
1. Configuration: Horizontal Split Case Pumps, Horizontal End Suction Pumps. -
2. If backwash/reverse filtration pumping is required, firm on-line pumping capability shall be
provided such that backwash requirements can be met with any one backwash pump off-
line.
3. Pump casings shall be cast iron conforming to ASTM A48,Class 30. Impellers shall be
316 stainless steel.
4. Refer to Section 11210, Horizontal Split Case Double Suction Pumps or Section 11211, _
Horizontal End Suction Pumps.
11300B.doc 11300E-20 Section 11300B—Pressure Membrane
Filtration System
11/30/2007 Y
City of Fort Worth
Northwest WTP—Membrane Filtration System
E. Drain!Recirculation Pumps(If Required for Complete and Operation PMF System)
1. Configuration: Horizontal Split Case Pumps or Horizontal End Suction Pumps
2. If drain/recirculation pumping is required,firm on-line drain/recirculation pumping
capability shall be provided such that pumping requirements can be met with any one
drain/recirculation pump off-line.
3. Pump casings shall be 316 stainless steel. Impellers shall be 316 stainless steel.
4. Refer to Section 11210, Horizontal Split Case Pumps or Section 11211, Horizontal End
_ Suction Pumps.
F. Chemical Cleaning Solution/Make-up Water Transfer Pumps
1. Configuration: Horizontal Split Case Pumps or Horizontal End Suction Pumps.
2. Firm on-line chemical cleaning solution transfer pumping capability shall be provided such
that pumping requirements can be met with any one transfer pump off-line.
3. Pump casings shall be 316 stainless steel. Impellers shall be 316 stainless steel.
4. Refer to Section 11210, Horizontal Split Case Pumps or Section 11211, Horizontal End
Suction Pumps.
G. Process Air System(If Required for Complete and Operation PMF System)
1. Configuration: Centrifugal Air Blowers or Positive Displacement Blowers.
2. Firm on-line process air blowers capability shall be provided such that process air
requirements can be met with any one blower off-line.
3. Refer to Section 11377,Centrifugal Air Blowers or Section 11372, Positive Displacement
Air Blowers.
H. Compressed Air System
1. The MFSS shall provide compressed air system(s) including air compressors,air driers,air
receivers,valves,controls, inlet air filter/silencer, flexible connections,air check valves,
automatic drip trap and other components to make complete compressed air systems for the
following applications:
a. operation of the pneumatic actuated valves on the PMF cell,
b. operation of the membrane integrity test system,
c. operation of all miscellaneous appurtenances,as applicable by the proposed PMF
system.
2. Firm on-line standby compressed air capacity shall be provided for the systems listed
above such that compressed air requirements can be met with any one compressed air
system component off line.
11300B.doc 1130OB-21 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. Configuration: Air compressors shall be rotary screw-type with dedicated driers.
4. Compressors shall operate in a lead-lag manner at a frequency recommended by the T
compressor manufacturer.
5. Refer to Section 11370,Compressed Air Equipment.
I. Chemical Metering/Transfer Pump System
1. Firm on-line chemical metering/transfer pumps shall be provided for each cleaning and
neutralization chemical recommended for use by the MFSS such that chemical feed
requirements can be met with any one pump off-line. _
2. The chemical metering/transfer pumps,valves, flow meters,pressure gauges and
appurtenances including piping between the pumps and the appurtenances shall all be
factory mounted onto a rigid non-metallic panel or piping panel as part of a skid mounted
assembly.
3. Refer to Section 11212,Miscellaneous Pumps.
J. Fiberglass Reinforced Plastic Tanks
1. MFSS shall provide tank assemblies for the following applications:
Application Quantity Size
Backwash water storage(if necessary) As required by proposed system sized by MFSS
CIP solution storage As required by proposed system sized by MFSS
CIP solution neutralization As required by proposed system sized by MFSS
CIP, EFM/MW and neutralization As required by proposed system sized by MFSS
Chemicals for 15 days storage plus the
amount required for one CIP for —
one Train except for Sodium
Hypochlorite which requires 3
days storage plus the amount _
required for one CIP for one
Train.
2. Refer to Section 11244, Fiberglass Reinforced Plastic Tanks
K. Chemical Cleaning Solution Make-Up Water Immersion Heater
1. MFSS shall provide an electric immersion heater for the chemical cleaning solution make-
up water storage tank sized to meet the needs of the cleaning system. The heating element
shall be suitable for operation in the chemical solution to be stored in the tank.The heater
shall be Chromalox, Watlow; Delta;or equal.
11300B.doc 1130OB-22 Section 11300B—Pressure Membrane
Filtration System _
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. The heater shall be 480 volt, 60 Hz, 3-phase. The immersion heater raise the recommended
volume of cleaning chemical stored in the solution tanks from 50-deg F to the target
temperature recommended by MFSS in 6-hours or less as required to completely clean one
train in a 12 hour shift..
w 2.03 PIPING AND VALVES
A. Piping Systems
1. The MFSS shall supply feed,permeate, air supply piping, and other system piping as
follows:
a. The MFSS shall supply all piping integral to the PMF unit to terminations at the
envelope of the support framework. The General Contractor shall supply all
interconnection pipe work to terminal flanges outside of the PMF unit envelope.
b. The MFSS shall supply all skid-mounted piping on the chemical feed system skid.
c. All other piping will be supplied by the General Contractor
2. Piping System Design General Requirements:
a. PMF piping shall be arranged to assure that the flow meter manufacturer's
requirements for upstream and downstream straight run of pipe is provided. The flow
from each Train shall be measured directly.
b. 2-1/2", 3-1/2" and 5"pipe sizes are not permitted.
_ c. Threaded fittings shall not be used for PVC pipe or pipe diameters exceeding 2 inches.
d. All welding shall be in accordance with the latest applicable codes of the American
Welding Society and/or ASME Boiler Code.
3. All process piping integral to the PMF Train shall be HDPE(DR17 for valve rack and 12"
portion of interconnecting piping; all other piping shall be DR11)or Schedule 10,Type
316L stainless steel.
4. Chemical feed system piping shall be Schedule 80 PVC.
5. Process Air(PA)manifold shall be type 316L stainless steel pipe.
— 6. Control Air(CA)manifold shall be 316L stainless steel pipe.
7. Piping Flow and Surge Control:
a. PMF shall provide modulating valves or VFDs for flow control. All actuated valve
opening and closing speeds shall be set to open and closed slowly so as to not induce
surge to the system. Opening and closing speeds shall be adjustable but not less than
10 seconds.
b. Opening and closing of valves and start and stop rates of VFDs shall not cause the
pressure to in the plant piping to exceed the pressure class of the pipe.
1130013.doc 11300B-23 Section 1130013—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
c. MFSS shall provide pressure reducing valves for potable water connections where
MFSS supplied equipment requires pressures less than 100 psi. MFSS shall determine
the size and type of pressure reducing valve required. `
8. Air Venting for System:
a. All skids shall be equipped with manual and automatic valves to vent air from the
skids/racks and from headers and also to allow air to enter the system when required.
MFSS shall determine the location,size,and type of air release/vacuum valves
required on racks and headers including isolation valves at each connection.
9. Piping Sizes and Velocities:
a. Headers and piping shall be sized based on a maximum flow rate in any portion of the
pipe or header assuming 21 MGD net filtrate capacity at 20°C with all trains running.
The velocities shall not exceed the following:
i. Gravity Flow and Pump Suction Lines: maximum 5 fps
ii. Piping after Pumps: 7 fps.
10. Refer to Section 15062, Stainless Steel Pipe and Fittings Refer to Section 15064, Plastic
Pipe and Fittings.
B. Valves and Valve Actuators
1. The MFSS shall supply all check valves,control valves, solenoid valves, isolation valves
and actuators required for a completely functional system:
2. Refer to Section 15100,Valves and Appurtenances. Refer to Section 15105 for Butterfly
Valves
2.04 INSTRUMENTATION AND CONTROLS
A. Refer to Division 13, Instrumentation and Controls -
B. The MFSS shall provide a PMF Control System designed to perform the following functions:
1. Monitor and record operational data for influent and filtrate water including the following
at a minimum:
a. Flow rate
b. Temperature
c. Turbidity
2. Monitor and record operational data for membrane system components including the
following:
a. Transmembrane pressure
11300B.doc 1130OB-24 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. Backwash/reverse filtration water flow
c. Chemical cleaning solution transfer pump flow
d. Drain/recirculation pump flow, if applicable
e. Hours of operation for each membrane Train
_ f. Hours of operation for all component equipment
3. Control the sequence, frequency,duration,and chemical feed concentrations of
backwashing and chemical cleanings.
4. Perform and record calculations to determine the recovery efficiency.
5. Interrupt operation and/or sound alarm for high transmembrane pressure, high turbidity,
failed membrane integrity test, low filtered water flow, high pre-filter differential pressure,
and filtrate pump failure.
6. Initiate and control membrane integrity tests. Perform and record results from membrane
integrity pressure hold tests.
7. Adjust flow through membrane cell in response to a manual input through the control
system from operator.
8. START/STOP and flow-pace filtrate pumps.
9. Shutdown train and alarm upon failure of any defined critical parameter or component as
_ specified herein.
10. Store 1 year of historical data(historical trends,alarm logs,operating data,cleaning and
backwash information,water quality data)at the HMI.
11. Record and alarm power failures,and transfers to and from backup power.
12. Provide other features as required by the system for unattended operation or to meet
specified performance requirements.
w 13. Interface seamlessly with the plant SCADA system.
C. The MFSS shall provide a Master Control Panel consisting of a NEMA4X stainless steel
enclosure, Programmable Logic Controller(PLC),Human Machine Interface(HMI)Control
Panel, HMI Software,Uninterruptible Power Supply(UPS), Ethernet switch,and spare parts as
specified in Division 13 to control the PMF operation.
D. Control system testing shall be as specified in Division 13.
E. Process Instrumentation
1. The MFSS shall be responsible for supplying all instruments that form an integral part of
the PMF System being provided. At a minimum, the following instrumentation shall be
included with the membrane water treatment system.
11300B.doc 1130OB-25 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
a. Pressure indicators, switches and transmitters on the influent and effluent piping for
each PMF Train including process water systems,backwash/reverse flow systems,
and chemical cleaning systems with high transmembrane pressure alarms —
b. Filtrate flow measurement from each PMF Train
c. Backwash/Reverse Filtration flow measurement,if applicable
d. CIP make-up water pump flow measurement
e. Chemical feed pump flow measurement for each chemical
f. Trsmembrane pressure measurement for each PMF Train
g. Pressure gauges and switches on the suction and discharge of all pumping systems
h. Pressure gauges and switches on the air compressors and compressed air receivers and
piping
i. Pressure gauges and flow switches on process air blowers
j. Pressure indicating transmitters for control air and process air systems.
k. Filtrate temperature indication
I. Blower air temperature indication
m. Analyzer for pH and chlorine residual monitoring on the CIP monitoring system _
n. Continuous on-line turbidity meters on each PMF Train filtrate
o. High and low level switches for all process and chemical feed tanks
p. Air flow measurement for process air blowers
q. Chemical cleaning solution make-up water temperature indication
2. Refer to Division 13 for instrumentation requirements.
2.05 ELECTRICAL
A. The complete electrical assembly shall meet all requirements of the National Electrical Code,
the National Electrical Manufacturers Association(NEMA),the National Fire Protection
Association(NFPA),and all applicable state and local codes. _
B. Three-phase, 480V ac power will be available for the Membrane Filtration Equipment. The
MFSS shall furnish motor control centers,panelboards,transformers,and other equipment
necessary to provide power distribution and control for all equipment provided. All variable
frequency drives will be provided by the others,except for variable frequency drives for
chemical metering pumps. Pre-piped and skid mounted components shall be pre-wired to a
terminal junction box located on the skid.
11300B.doc 1130OB-26 Section 1130oB—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C. Electrical Specifications:
1. Refer to Section 16000.
D. Motors:
1. Refer to Section 01171.
2.06 SPARE PARTS
A. MFSS shall provide spare parts and cleaning chemicals in accordance with Section 01750,
w Spare Parts.
2.07 SHOP PAINTING
A. All goods included within the PMF system shall meet the requirements of Section 09901,
Surface Preparation and Shop Prime Painting
2.08 SPECIAL TOOLS
A. The MFSS shall provide special tools required for disassembly and reassembly or analysis of
membrane modules.
B. The MFSS shall provide any special tools for removing the membrane modules from the
module rack assemblies.
C. The MFSS shall provide any special tools for repairing the integrity of modules with broken
r membrane fibers.
2.09 LUBRICANTS
A. Refer to Section 01730, Installation,Operation and Maintenance Manuals for MSDS submittal
requirements.
PART 3 EXECUTION
3.01 INSTALLATION
A. Refer to Section 01620, Installation of Membrane Equipment.
3.02 COMMISSIONING
A. Refer to Section 01660, Commissioning of Membrane Equipment.
3.03 TRAINING
A. Refer to Section 01715, Equipment Operation and Maintenance Training
1130013.doc 1130OB-27 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3.04 ACCEPTANCE TESTING
A. Refer to Section 01670,Acceptance Testing of Membrane Equipment.
END OF SECTION
11300B.doc 1130OB-28 Section 11300B—Pressure Membrane
Filtration System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11337
AUTOMATIC SELF-CLEANING INLINE STRAINER
PART1 GENERAL
1.01 SCOPE OF WORK
— A. MFSS shall furnish all labor, materials, equipment and incidentals required, and operate and field
test,an automatic self-cleaning inline strainer system complete with all ancillary equipment
required by the membrane filtration system(MFS)and as specified herein.
B. All necessary and desirable accessory equipment and auxiliaries whether specifically mentioned
in this Section or not shall be furnished as required for operation of the membrane system. Also
_ included shall be supervisory services during installation, field testing of each unit,and
instructing the regular operating personnel in the proper care,operation and maintenance of the
equipment.
1.02 RELATED WORK
A. Section 01136, General Equipment Requirements
B. Section 01171, Electric Motors
C. Section 01300, Submittals
D. Section 01715,Equipment Operation and Maintenance Training
E. Section 01730,Installation,Operation and Maintenance Manuals
F. Section 01740, Warranty
G. Section 01750, Spare Parts
H. Surface preparation and shop priming are included in Section 09901.
1. Section 11300-A, Submerged Membrane Filtration System
J. Section 11300-13, Pressure Membrane Filtration System
K. Division 13, Instrumentation and Controls
L. Division 15,Valves,mechanical piping and appurtenances and pipe hangers and supports are
included in Division 15.
1.03 MANUFACTUREROS SERVICES
A. The MFSS shall require the equipment manufacturer to provide all submittals required for each
component,to certify that the installation is acceptable to the manufacturer and is in accordance
11337.doc 11337-1 Section 11337—Automatic Self-Cleaning
Inline Strainer
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
with the manufacturer's recommendations for best quality work and to provide the
manufacturer's representative services as required in the specifications.
B. A manufacturer's factory representative for the equipment specified shall be present at the job
site for the following minimum number of days for the services listed herein under,travel time
not included:
1. One man-day for installation assistance, inspection and certification of the installation.
2. One man-day for functional testing.
3. One man-day for instruction of operating and maintenance personnel.
1.04 SUBMITTALS
A. In addition to the requirements in Section 01300,the MFSS shall submit the information
described below. The principal uses to be made of this information will be to demonstrate
compliance to these Specifications of the equipment offered,to provide information needed to
prepare for equipment installation and to secure appropriate operation and maintenance
information.
1. Certified shop and erection drawings, showing location of anchor bolts, location, size,
dimensions,and weights of each component shall be included. Submittal shall include
functional performance. This information shall be prepared specifically for the equipment
supplied. Catalog curves showing data for several unit sizes or models will not be
acceptable. Include descriptive literature,specifications, materials of construction of all
components,and shop painting method. A complete total bill of materials of all equipment
shall be included. Include operating and maintenance instructions, lubrication
recommendations and an illustrated list of parts. Include a list of recommendations and an
illustrated list of parts. Include a list of manufacturer's recommended spare parts to be
supplied in addition to those specified in Section 01750. List bearings by bearing
manufacturer's numbers only.
2. Drive Motor. Submittals shall include: rotational speed at full load,frequency,voltage,
number of phases,full load current, enclosure designation,NEMA code design letter,
efficiency, horsepower rating,temperature rise,bearing life rating and method of
lubrication. _
3. Auxiliary Equipment. Submittals shall include: installation drawings showing location of
anchor bolts, location, size and connection method including specification designation of _
external connections, dimensions and weights of each component. Include descriptive
literature, list of materials of construction with specification designations and shop painting
method to be used. Include also any operating and maintenance instructions and
recommendations,parts lists and the order numbers and sources of any consumable
components as appropriate.
4. Controls. Provide detailed schematic wiring diagrams showing piping and/or wiring
connections,with sizes required and location,for the controls to be supplied under this
Section. Include mounting requirements as appropriate. Provide operating and
maintenance instructions or recommendations,with troubleshooting guide as appropriate. -
11337.doc 11337-2 Section 11337—Automatic Self-Cleaning
Inline Strainer
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
5. In the event that it is impossible to conform with certain details of the specifications due to
different manufacturing techniques,describe and justify completely all non-conforming
aspects.
6. The submittal format shall be in the form of a booklet, suitably tabbed and divided to cover
r. all areas noted above and in Section 01300 for each major equipment item. The submittal
booklet shall include adequate detail and sufficient information for the Engineer to
determine that all of the equipment proposed meets the detailed requirements of the
specifications. As noted in Section 01300, incomplete or partial submittals will not be
reviewed.
1.05 QUALIFICATIONS
A. The MFSS shall oversee the installing contractor's work during installation and shall ensure the
proper functioning of the Automatic Self-Cleaning Inline Strainer, drive motor, controls and
ancillary equipment. The MFSS shall also require a single manufacturer/supplier to be
responsible for proper selection of components,their manufacture and assembly and the proper
functioning of the complete unit.The MFSS shall furnish a written statement signed by the
manufacture/supplier to the effect that his factory representative has inspected the installation of
the complete units and found them ready for full operation.
B. Each component shall be the standard product of a manufacturer regularly engaged in the
production of this type of equipment. The component to be furnished shall be of proven quality
and correct application to this work and shall be designed,constructed and installed in
accordance with best practices and methods. Each component and ancillary equipment items
furnished under this specification shall be new and unused,and the product of a manufacturer
having a successful record of manufacturing and servicing the equipment as specified herein.
1.06 OPERATING INSTRUCTIONS
A. Operating and maintenance manuals shall be furnished. The manuals shall be prepared
specifically for this installation and shall include all required cuts, drawings, equipment lists,
descriptions,etc.that are required to instruct operation and maintenance personnel unfamiliar
with such equipment. The number and special requirements shall be as specified in Section
01730.
B. The MFSS shall provide the services of a qualified factory service representative of the strainer
manufacturer to instruct the OWNER'S personnel in the operation and maintenance of the filter
units, including step-by-step troubleshooting with necessary test instruments and the proper
procedure for removal and replacement of the strainer screens. Instruction shall be specific to
the model of equipment furnished.
_ The technical representative shall have at least four years of experience in strainer equipment
training and instruction. Training sessions shall be scheduled not less than two weeks in
advance. Written training materials shall be provided to each of the OWNERL7s personnel in
attendance and shall remain with the trainees.
11337.doc 11337-3 Section 11337—Automatic Self-Cleaning
Inline Strainer
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.07 SPECIAL TOOLS AND SPARE PARTS
A. The manufacturer shall furnish any special tools required in the normal operation and R
maintenance of the equipment furnished a specified in Section 01750.
B. Spare parts shall be prepared for humid weather protection and packaged and labeled for
storage. Spare parts shall be delivered at the time the equipment is delivered to the site.
C. The MESS shall supply a spare strainer basket complete, including gaskets, for immediate —
replacement if the installed basket plugs during operation.
1.08 SYSTEM DESCRIPTION
A. The Automatic Self-Cleaning Inline Strainer is to be installed upstream of the membrane system
to remove suspended debris and fine sand from the raw water supply entering the plant. The
system shall be specifically designed to accommodate low operating conditions or situations
where debris has difficult removal characteristics.
B. Firm on-line strainer capability shall be provided such that strainer requirements can be met with
any one strainer off-line.
C. Each vessel shall be fully operational independent of the other vessels.
1.09 PRODUCT HANDLING
A. All equipment items shall be properly protected so that no damage or deterioration will occur
during the long period from the time of shipment until installation is completed and the units and
equipment are ready for operation.
B. All equipment and parts must be properly protected against any damage during a prolonged
period at the site.C. Factory assembled parts and components shall not de dismantled for shipment unless permission
is received in writing from the Engineer. —
D. Furnished surfaces of all exposed openings shall be protected by wooden blanks, strongly built
and securely bolted thereto. _
E. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and
corrosion.
F. Each box or package shall be properly marked to show its net weight in addition to its contents.
1.10 WARRANTY -
A. Warranty requirements are specified in Section 01740.
11337.doc 11337-4 Section It 337—Automatic Self-Cleaning
Inline Strainer
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
PART2 PRODUCTS
2.01 GENERAL
A. The MFSS shall provide all labor,materials,and equipment and perform all operations required
to furnish,complete,an Automatic Self-Cleaning Inline Strainer system and appurtenances as
shown on the Plans and as specified herein.
�— 2.02 AUTOMATIC SELF-CLEANING INLINE STRAINER
A. The Automatic Self-Cleaning Inline Strainer shall be by S.P. Kinney or Amiad Filtration
_. Systems Ltd.,Oxnard,CA.
2.03 STRAINER SPECIFICATIONS
A. The vessel body and cover shall be epoxy coated carbon steel designed, manufactured and tested
generally to ASME Section VIII Standards, using qualified ASME Section IX welders.
B. Vessel to be suitable for a design pressure of 150 psig. Inlet and outlet connections shall be
class 150 flanged and conform to ANSI B 16.5 standards. The strainer shall have a single
backwash connection and large drain connections located in vessel bottom. Unit to be complete
with factory supplied steel support legs for bolting to concrete or steel base.
C. Each strainer vessel shall be capable of treating the full range of design raw water flows for the
project at a maximum of 2.0 psig pressure loss with clean straining elements and a maximum
design velocity of 10-ft/sec.
D. The straining element will be manufactured from corrosion resistant 316 Stainless Steel reverse
rolled slotted wedge wire screen designed with minimum 35 mesh openings,or smaller if
recommended by the MFSS. The wide or flat cross section of the wedge wire shall face the
direction of flow providing for a continuous smooth flat surface to trap debris. The straining
media shall be free of pockets,tubes,collector bars,etc.,that accumulate and trap debris
permanently.
E. All internal parts will be of corrosion resistant 316 Stainless Steel. The strainer shall be
provided with drive shaft and hollow port assembly fitted with all necessary bearings and seals.
~ F. Each strainer shall utilize an external backwash fluid consisting of finished water to enhance
self-cleaning operations.
G. The drive arm and hollow port assembly will be free running at a maximum speed of two(2)
rpm and not contact with screen surface. Port assembly shall be factory and field adjustable for
positive effective cleaning and shear capability. The drive shaft will be supported at the top with
roller bearings located in a double reduction gear reducer and at the bottom with a water
lubricated guide bearing. The gear reducer shall be driven by a motor meeting requirements of
Section 01171. Maximum motor speed for the motor shall be less than or equal to 1800 rpm.
11337.doc 1133 7-5 Section 11337—Automatic Self-Cleaning
Inline Strainer
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
H. System shall include the following control package:
1. A backwash control package shall be provided for continuous or intermittent operation of
the backwash cycle.
2. Control panel-NEMA 4X 316 stainless steel enclosure in accordance with Division 13
requirements with an adjustable timer, relays,drive motor starter, selector switch Hands-
Off-Auto(H-O-A)and Power On, Backwash Operating,and High Differential indicating
lights. Provide run, backwashing, and common alarm relays for remote monitoring. 4
3. Backwash valve with electric operator. Provide an open/close auto handswitch,open/close
limit switches and indicating lights at the control panel.
4. Dual element differential pressure switch to override the timed backwash sequence while
also providing for customer alarm. .T
a. NEMA 4X Enclosure
r•
b. Pressure Gauges or Differential Pressure Indicating Gauge
C. Disconnect Switch
d. Circuit Breaker
e. PLC Interface T
PART 3 EXECUTION
3.01 INSTALLATION
A. Installation will be by the Installation Contractor,but MFSS shall oversee the installation to
ensure it is carried put in strict accordance with the screen manufacturer's recommendations and
instructions,and the best practices of the trade. Anchor bolts shall be set in accordance with the
manufacturer's installation drawings or template. Installation shall include connections required
for cooling water power and controls.
3.02 INSPECTION AND TESTING
A. Functional Test. Prior to placing the equipment into operation, all equipment described in this
Section shall be inspected, in the presence of the Engineer and the manufacturer's
representative, for proper connection, proper alignment,quiet operation and satisfactory
performance by means of a functional test. Each assembly shall be operated under the full range
of conditions that can be expected in this installation. During the function test the mechanical -
elements shall be observed for excessive vibration and noise and for overheating. The
Contractor shall furnish and install temporary electric metering equipment to allow observance
of the power drawn by the unit under the full range of operating conditions.
END OF SECTION
11337.doc 11337-6 Section 11337—Automatic Self-Cleaning
Inline Strainer
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11370
COMPRESSED AIR EQUIPMENT
PART1 GENERAL
1.01 SCOPE OF WORK
— A. The MFSS shall furnish all materials,equipment and incidentals necessary for a complete and
ready for operation, compressed air equipment with all accessories as specified herein.
- B. The MFSS shall provide compressed air system(s)for the following applications:
1. Operation of the pneumatic actuated valves on the membrane filtration Cells/Trains,
2. Operation of the membrane integrity test system,
3. Operation of all miscellaneous appurtenances, as applicable by the proposed membrane
filtration system.
C. Firm on-line standby capacity shall be provided for the system(s)listed above.
D. Compressors shall operate in a lead-lag manner on a frequency recommended by the
compressor manufacturer.
E. Electric motors and power factor correction capacitors(if required)shall be furnished as part of
the Work of this section and shall conform to all applicable provisions of Section 01171.
F. The MFSS shall provide complete compressed air systems, each consisting of the following
components:
1. Compressor
2. ASME-rated Receiver
3. Refrigerated Air Dryer
4. Controls: Pressure switches and NEMA 12 control enclosure housing starter,thermal
overload protection,disconnect,control power transformer, and appurtenances
5. Pressure Relief Valves
6. Manual Shutoff Valves
7. Pressure Gauges
~ 8. Vibration Mounts and All Mounting Hardware
9. Inlet Filter Silencer
11370.doc 11370-1 Section 11370—Compressed Air Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
10. Air Regulator Assemblies
11. Air Filters
1.02 RELATED WORK
A. Section 01136,General Equipment Requirements
B. Section 0 117 1, Electric Motors
C. Section 01175,Large Electric Motors
D. Section 01300, Submittals
E. Section 01715, Equipment Operation and Maintenance Training
F. Section 01730, Installation,Operation and Maintenance Manuals
G. Section 01740, Warranty
H. Section 01750, Spare Parts
I. Surface preparation and shop priming are included in Section 09901.
J. Section 11300-A, Submerged Membrane Filtration System ..
K. Section 11300-B, Pressure Membrane Filtration System
L. Division 13, Instrumentation and Controls
M. Division 15, Valves,mechanical piping and appurtenances and pipe hangers and supports are
included in Division 15.
1.03 SUBMITTALS
A. Submit to the Engineer, in accordance with Section 01300,copies of all materials required to
establish compliance with this Section. Submittals shall include the following:
1. Certified shop and erection drawings showing all details of construction,dimensions and
anchor bolt locations.
2. Descriptive literature, bulletins and/or catalogs of the equipment.
3. All information required by Section 01136.
4. Requirements for cooling water including pressure,temperature and quantity.
5. A certified statement that the units will meet the noise level provisions of Paragraph 2.02G
below. Test data on noise levels of similar units shall be submitted.
11370.doc 11370-2 Section 11370—Compressed Air Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
6. The total weight of the equipment and the weight of the largest components.
7. A complete total bill of materials.
8. Description of surface preparation and shop painting.
B. In addition, submit the following data for the compressed air supply equipment:
-' 1. Compressor Data
a. Manufacturer
b. Model
c. RPM
d. Capacity
e. Hp required at rated capacity and pressure
2. Drives
a. Manufacturer
b. Number and Size
c. Rated Capacity(HP)of Drive
3. Air Receivers
a. Manufacturer
b. Size
c. Pressure Rating
4. Intake Filter Silencer Units for Compressors
a. Manufacturer
b. Capacity
c. Pressure Drop through Unit at Rated Capacity
d. Descriptive Brochures
5. Controls
a. Descriptive data on all components
11370.doc 11370-3 Section 11370—Compressed Air Equipment
T 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
6. Air Dryer
a. Capacity at rated air temperature
b. Dimensions
c. Controls and power requirements
C. In the event that it is impossible to conform with certain details of this Section,describe
completely all non-conforming aspects.
D. Submit four copies of the field test record of each compressor. —
E. Operation and Maintenance Data
1. Complete operating and maintenance instructions shall be furnished for all equipment
included under this Section as provided in Section 01730. The manuals shall be prepared
specifically for this installation and shall include all required cuts,drawings,equipment
lists,descriptions that are required to instruct operation and maintenance personnel
unfamiliar with such equipment.
2. Refer to Section 0 113 6 for special tools.
3. Refer to Section 01750 for spare parts.
1.04 REFERENCE STANDARDS
A. American Society of Mechanical Engineers(ASME)
B. National Electrical Manufacturers Association(NEMA)
C. Occupational Safety and Health Administration(OSHA)
D. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
1.05 QUALITY ASSURANCE —
A. The compressed air system(s)shall be furnished by a single manufacturer who is fully
experienced,reputable and qualified in the manufacture of the equipment to be furnished. The —
compressed air equipment shall be designed and constructed in accordance with the best
practices and methods.
1.06 GENERAL,ELECTRICAL,CONTROL AND INSTRUMENTATION RESPONSIBILITIES
A. Reference Section 01136 paragraph entitled "Electrical Devices Furnished with Mechanical
Equipment" for specific responsibilities of this specification section for furnishing and
coordinating the electrical,control,and instrumentation work associated with the specified
mechanical systems.
11370.doc 113 70-4 Section 11370—Compressed Air Equipment
11/30/2007 "
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. The quality of electrical, instrumentation, and control equipment to be furnished under this
Section shall conform to Section 01136, paragraph entitled "Electrical Devices Furnished with
Mechanical Equipment"; and any specific requirements included within this Section.
1.07 WARRANTY
A. Refer to Section 01740 for equipment warranty requirements and provisions referenced therein.
- PART 2 PRODUCTS
2.01 GENERAL
A. All parts shall be so designed and proportioned as to have liberal strength and stiffness and to
be especially adapted for the work to be done. Ample room and facilities shall be provided for
inspection,repair and adjustment.
B. Stainless steel nameplates giving the name of the manufacturer, model number, serial number,
the rated capacity,pressure ratings, speed,gear ratio and any other pertinent data shall be
attached to each air compressor.
C. Stainless steel nameplates giving the name of the manufacturer,model number, serial number,
rated horsepower, speed,service factor,power supply requirements and any other pertinent data
shall be attached to each motor.
D. Provide a minimum of one filter regulator with pressure gauge and isolation valve at each of the
following locations:
1. Each MFSS provided solenoid valve panel.
2. For each compressor system.
2.02 COMPRESSED AIR SYSTEM
A. The compressed air system shall be capable of supplying the varying demands and maintain a
constant pressure on a continuous basis.
B. Each compressor shall be an oil-free rotary tooth or scroll-type compressor, single-stage,with
dedicated dryer, inlet air filter/silencer, flexible connections,air check valves,automatic drip
trap and other components to make a complete system. The valve assemblies shall be
individually removable without disturbing the head and inlet or discharge piping.Adjustable
tapered roller bearings shall be mounted on each end of the crankshaft to take both radial and
thrust loadings.Use V-belt or direct drive, full discharge size flexible discharge connection, air
check valve, and an adequate number of vibration isolators. Provide combination air intake
filter/silencer,and discharge cushion chamber. Provide coupling guards and other features to
fully comply with OSHA requirements.
C. Electric motors for each compressor unit shall be horizontal,TEFC,NEMA Design B, indoor
service and shall be as specified under Section 01171. The motors shall be designed for full
voltage starting. Motors shall be coupled to the compressor unit through lifetime
non-lubricated flexible spacer type coupling. Motor and compressor combination shall be
11370.doc 11370-5 Section 11370—Compressed Air Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
mounted on a heavy steel unitized subbase for positive alignment. Maximum motor speed for
the motor shall be less than or equal to 1800 rpm.
D. All 120 Volt control circuit transformers shall have one side of their secondary winding fused
and the unfused side grounded.
E. Each compressor unit shall be furnished factory mounted on a structural base with fork slots in
ends for lifting. Units shall be set up for quick and easy hookup to external power sources and
air distribution pipelines. The structural base shall be equipped with vibration absorbers.F. At all levels of performance,the air compressor units shall comply with OSHA noise exposure
requirements for four hours exposure. The noise level measurement shall include noise from �-
the motor,compressor and all auxiliary equipment furnished.
G. Provide air receiver,constructed to ASME Section VIII, Division 1, rated for 150 psig,
minimum. Provide ASME-rated relief valve, pressure gauge with gauge cock,automatic
condensate drain valve,and additional miscellaneous fittings as required. If compressor system
is not directly mounted to the air receiver,tank shall be vertical type. _
H. Air filters shall be capable of delivering continuously clean,dry air to pneumatic equipment.
Filters shall be the same size as the line in which they will be installed, shall have a cleanable, _
reusable filter element capable of removing particles 5 microns in size or larger. Bowl shall be
equipped with a float actuated valve located in the bottom of the filter bowl. This float valve
shall be normally closed to prevent air leakage. Non-corrosive parts shall be provided
throughout the filters. —
I. Air dryers shall be refrigerated type capable of producing air dried to a dew point of 35 degrees
F. The dryer shall incorporate an air cooled condenser and concentric tube type air to air heat
exchanger and concentric, spiral fin,non-clogging, self cleaning air to refrigerant heat
exchanger. The unit shall include inlet,outlet and drain connections,mechanical water
separator, automatic drain,refrigerant filter, refrigerant pressure gauge, and trouble light. The
unit shall be by Arrow Pneumatics, Inc. or equal.
J. The air compressor system shall be by Quincy Compressor,Division of Colt Industries;Atlas —
Copco; or equal.
PART 3 EXECUTION --
3.01 INSTALLATION
A. All compressed air equipment will be installed by the General Contractor and overseen by the
MFSS.
B. Shop priming and surface preparation is included as part of the work of this Section and shall
be as specified under Section 09901
C. A certified statement shall be issued by the manufacturer stating that the installation of his/her
equipment is satisfactory,that the equipment has been properly lubricated and is ready for
operation and that operating personnel have been suitably instructed in the operation,
lubrication and care of each piece of equipment furnished.
11370.doc 113 70-6 Section 11370—Compressed Air Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
D. The equipment manufacturer shall furnish the services of a competent and experienced
representative who has complete knowledge of proper operation and maintenance of the
equipment for a period of not less than five(5)days in two separate visits to inspect the
installed equipment, supervise the initial test run, and to provide instructions to the plant
personnel. The first visit will be for checking and inspecting the equipment after it is installed.
The second visit will be to operate and supervise the initial field test. At least two(2)
additional days allocated solely to the instruction of plant personnel in operation and
maintenance of the equipment. This instruction period shall be scheduled at least ten days in
advance with the Owner and shall take place prior to plant startup and acceptance by the
Owner. The final copies of operation and maintenance manuals specified in Section 01730
must have been delivered to the Engineer prior to scheduling the instruction period with the
— Owner.
3.02 FACTORY TESTS
A. Prior to shipment,each compressor unit shall be given a standard commercial running test and
copies of the results submitted to the Engineer.
w END OF SECTION
11370.doc 11370-7 Section 11370—Compressed Air Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE INTENTIONALLY LEFT BLANK
11370.doc 11370-8 Section 11370—Compressed Air Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11372
POSITIVE DISPLACEMENT AIR BLOWERS
PART1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all labor,materials,equipment and incidentals required for a complete
and ready for operation and field test,constant speed electric motor driven positive
displacement air blowers, including electric motors, silencers, inlet guide vanes,motor operated
bypass valve,controls and accessories as specified herein.
B. Each blower shall be furnished and installed with all necessary accessory equipment and shall
include the following:
1. Rotary Positive Displacement Blower(driven by an electric motor through V-belt drives).
2. Inlet combination air filter/silencer
3. Expansion Joints
4. Discharge Check Valve
5. Discharge/Shutoff Valve
6. Coupling and common base for motor connection.
7. Control Panel
8. Accessories as specified
9. Other appurtenances as required by the blower manufacturer.
1.02 RELATED WORK
A. Section 01136, General Equipment Requirements
B. Section 01171,Electric Motors
C. Section 01175, Large Electric Motors
D. Section 01300, Submittals
E. Section 01715,Equipment Operation and Maintenance Training
F. Section 01730, Installation,Operation and Maintenance Manuals
G. Section 01740, Warranty
11372.doc 11372-1 Section 11372—Positive Displacement Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
H. Section 01750, Spare Parts
I. Surface preparation and shop priming are included in Section 09901.
J. Section 11300-A, Submerged Membrane Filtration System
K. Section 11300-B, Pressure Membrane Filtration System
L. Division 13, Instrumentation and Controls —
M. Division 15, Mechanical
1.03 SUBMITTALS
A. Submit to the Engineer, in accordance with Section 01300, copies of all materials required to =
establish compliance with this Section. Submittals shall include the following:
1. Certified shop and installation drawings showing materials,details of construction,
dimensions and anchor bolt locations.
2. Descriptive literature, bulletins and/or catalogs of the equipment. T
3. All information required by Section 01136.
4. The total weight of equipment including the weight of major items or components. T
5. A complete bill of materials for all equipment.
6. A list of the manufacturer's recommended spare parts. Include gaskets,packing,etc,on the
list.
7. The recommended summer and winter grades of lubricants along with alternative
references to equal products of other manufacturers.
8. Complete data on noise in accordance with Section 01136 and as specified herein.
9. Description of surface preparation and shop prime paint.
10. Blower Data
a. Manufacturers name and address
b. Model number and generic type =
c. Bearing types and B-10 life in hours(if applicable)
d. Lubrication systems
11. Preliminary blower performance data showing performance curves and design point in
accordance with this Section.
11372.doc 11372-2 Section 11372—Positive Displacement Air Blowers
11/30/2007 !
City of Fort Worth
Northwest WTP—Membrane Filtration System
a. Inlet cfm
b. Inlet Pressure psia
c. Discharge Pressure psig
d. Inlet Temperature(both maximum 95 degrees F, minimum 0 degrees F)
e. Discharge Temperature Degrees F
f. Relative Humidity(60 percent at 95 degrees F inlet,36 percent at 0 degrees F inlet)
g. Brake Horsepower
.. h. Speed rpm
i. Surge Conditions
12. Complete data on motors in accordance with Section 01171 and as specified herein.
_ 13. Complete description of the control system including master wiring diagrams and
elementary or control schematics, showing coordination with external devices and signals;
outline drawings of panels showing location and description of all controls and details of
panel construction and mounting.
14. Silencer Data
= a. Manufacturer
b. Model Number
c. Size
d. Dimensions
e. Attenuation Data
f. Headloss at rated flow(as specified)
g. Materials of construction
15. Check Valve Data
a. Manufacturer
b. Model Number
c. Size
d. Dimensions
11372.doc 11372-3 Section 11372—Positive Displacement Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
e. Materials of construction
f. Headloss at rated flow
16. Blower manufacturer's recommendations for configuration of turning vanes in the blower
inlet and discharge piping as specified herein. —
17. Furnish,prior to shipping the blowers,certified test report of the manufacturer's certified
shop test record of each blower.
B. Installation Instructions
1. Installation instructions shall be furnished according to Section 01730.
C. Operating and Maintenance Data —
1. Complete operating and maintenance instructions shall be furnished for all equipment as
provided in Section 01730. The instructions shall be prepared specifically for this
installation and shall include all cuts,drawings,equipment lists,descriptions that are
required to instruct operating and maintenance personnel unfamiliar with such equipment.
The maintenance instructions shall include trouble shooting data and full preventative
maintenance schedules.
2. Refer to Section 01136 for special tools.
3. Refer to Section 01750 for spare parts.
1.04 REFERENCE STANDARDS
A. American Society of Mechanical Engineers(ASME)
1. ASME PTC-10-Compressors and Exhausters
B. American National Standards Institute(ANSI)
C. American Bearing Manufacturers Association(ABMA)
D. National Electrical Manufacturers Association(NEMA)
E. Occupational Safety and Health Administration(OSHA)
F. American Society for Testing and Materials(ASTM)
1. ASTM A36- Standard Specification for Carbon Structural Steel.
2. ASTM A48 -Standard Specification for Gray Iron Castings
G. American Institute of Steel Construction(AISC)
H. American Welding Society(AWS)
11372.doc 113 72-4 Section 11372—Positive Displacement Air Blowers rt
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
I. Institute of Electrical and Electronics Engineers(IEEE)
J. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
1.05 QUALITY ASSURANCE
A. The positive displacement blower system shall be furnished by a single manufacturer who
— regularly engages in the production of this type of manufacture of the equipment to be
furnished. The equipment shall be designed,constructed and installed in accordance with the
best practices and methods.
B. The blowers shall be manufactured by Roots Division of Dresser Industries; Aerzen or Gardner
Denver.
1.06 GENERAL, ELECTRICAL,CONTROL AND INSTRUMENTATION RESPONSIBILITIES
A. Reference Section 01136 paragraph entitled "Electrical Devices Furnished with Mechanical
Equipment" for specific responsibilities of this specification section for furnishing and
coordinating the electrical,control,and instrumentation work associated with the specified
mechanical systems.
B. The quality of electrical, instrumentation,and control equipment to be furnished under this
Section shall conform to Section 01136,paragraph entitled " Electrical Devices Furnished with
Mechanical Equipment"; and any specific requirements included within this Section.
1.07 WARRANTY
A. Refer to Section 01740 for equipment warranty requirements and provisions referenced therein.
1.08 DELIVERY, STORAGE AND HANDLING
A. All equipment shall be skid mounted or crated and delivered to protect against damage during
shipment.
B. All parts shall be properly protected so that no damage or deterioration will occur during a
�- prolonged delay from the time of shipment until installation is completed and the units and
equipment are ready for operation.
C. Factory assembled parts and components shall not be dismantled for shipment unless
permission is received in writing from the Engineer.
D. Finished surfaces of all exposed flanges shall be protected by wooden blank flanges,strongly
built and securely bolted thereto.
_. E. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and
corrosion.
F. All equipment shall be protected as specified in Section 01611.
11372.doc 11372-5 Section 11372—Positive Displacement Air Blowers
l 1/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.09 SPARE PARTS
A. Provide spare parts per Section 01750, Spare Parts.
PART 2 PRODUCTS
2.01 GENERAL
A. The blowers specified herein shall all be supplied by one manufacturer and shall be complete
with all necessary appurtenances.
B. The use of a manufacturer's name and model or catalog number is for the purpose of —
establishing the standard of quality and general configuration desired.
C. Like items of materials/equipment shall be the end products of one manufacturer in order to —
provide standardization for appearance,operation,maintenance, spare parts and manufacturer's
service.
D. Equipment weighing over 100 lbs shall be provided with lifting lugs.
E. 16 gauge brass or stainless steel nameplates giving the name of the manufacturer,the rated _
capacity,head, speed and all other pertinent data shall be attached to each blower and motor.
F. All structural steel used in the fabrication of the equipment shall conform to the requirements
of ASTM A36. Design and fabrication of structural steel members shall be in accordance with
AISC "Specification for Design, Fabrication and Erection of Structural Steel for Buildings".
All welding shall conform to AWS.
G. All parts shall be so proportioned as to have liberal strength, stability and stiffness and to be
especially constructed for the work to be done. Ample room and facilities shall be provided for
inspection,repairs and adjustment.
H. The blower manufacturer shall determine the configuration of turning vanes to be provided in
the piping elbows entering and leaving the blower to secure proper air flow distribution T
through-out the pipe profile and minimize noise.
2.02 POSITIVE DISPLACEMENT BLOWERS —
A. The blower shall deliver oil-free air. The blower and motor shall be mounted on a common
fabricated steel base designed for ease of changing sheaves and V-belts. The unit shall be —
designed in such a manner that the compressor housing may be sound insulated with a
removable cover in the future,without impairing the operation of the unit.
B. The blower assembly shall be capable of supplying air on a continuous basis at rated capacity.
C. The blower shall be a positive displacement rotary blower which employs two impellers to ,
pressurize a trapped volume of air at a controlled rate prior to exposing it to a discharge
pressure.
D. Lubrication shall be provided by a splash lubrication system for gears and bearings.
11372.doc 11372-6 Section 11372—Positive Displacement Air Blowers
11/30/2007
w
City of Fort Worth
Northwest WTP—Membrane Filtration System
w
E. The blower shall be V-belt driven by a constant speed electric motor mounted on a common
base. V-belt drives shall be Dodge Sealed-Life II V-belts with matching taper lock sheaves and
taper lock bushings.
F. The blower casing shall be of one piece construction with separate headplates and shall be
made of close-grained cast iron suitably ribbed to prevent distortion under the specified
operating conditions.
G. The impellers shall be ductile iron, shall be the straight,two lobe involute type and shall
operate without rubbing or liquid seals or lubrication. The impellers shall be positively timed
by a pair of accurately machined heat-treated alloy steel, spur tooth timing gears. The shafts
shall be alloy steel forgings and shall be flanged and attached to each end of each impeller by
high tensile strength cap screws. Each impeller and shaft assembly shall be supported by
double-row spherical roller bearings sized for a minimum 40,000 hours B-10 life. Shafts shall
be of ample size to carry all loads imposed under continuous service under all operating
conditions.
2.03 BLOWER DRIVE MOTORS
A. Blower drive motors shall be constant speed and shall meet the requirements of Section 01171.
Maximum motor speed for the motor shall be less than or equal to 1800 rpm.
B. The blowers shall be driven by means of standard horizontal squirrel cage induction motors
suitable for driving the blowers continuously over the entire operating range. The motors shall
be furnished by the blower manufacturer.
2.04 ACCESSORIES
A. Discharge shutoff valves shall be butterfly valves with chain wheel operator. Valves shall
meet the requirements of Section 15100.
B. Furnish check valves on the discharge of each blower. The check valves shall be cast iron
wafer-type and shall be of springless, seatless design. Sealing members shall be high quality
` Buna-N. Check valves shall be by Techno Corp.,Mission Valve and Pump Co.or equal.
C. Each blower shall be provided with inlet and discharge expansion joints. The expansion joints
shall alleviate stresses caused by thermal expansion and contraction in the piping system and
the vibration imposed on the piping by the blowers. The expansion joints shall be capable of
withstanding the vacuum and pressure under all operating conditions and a temperature range
-- of at least 0 to 250 degrees F. The expansion joints shall be flanged, single-arch,reinforced
rubber spool. Expansion joints shall be equipped with full-faced flanges with 150 lb ANSI
standard drilling. Expansion joints shall be by General Rubber Corp.; Mercer Rubber Co.,or
equal.
D. Each blower shall be furnished with a dry-type inlet air filter/silencer sized for 120 percent of
the design volume. Filter elements shall be cleanable and replaceable. Combination inlet air
filter/silencers shall be as manufactured by Universal Silencers, Stoddard Silencers,Burgess
Industries,or equal. Silencer shall provide minimum attenuation of:
11372.doc 11372-7 Section 11372—Positive Displacement Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
Octave Band 125 250 500 lK 2K 4K 8K
Attenuation dB. 3 4 10 15 20 20 15
However, the combined noise level of motor and blower shall not exceed 85 dBA at 3-11 from
the unit.
E. Thermometers shall be provided on the inlet and discharge of each blower. Thermometers
shall be vapor tension type with capillary tube to connect the remote mounted indicator to the
sensing element in the pipeline. The indicators shall be mounted in the Blower Control Panel.
Thermometers shall have 4-1/2-in dials, black steel case,white dial face with black markings,
copper alloy Bourdon tube,copper capillary with double sheath of braided copper wire and
union connected brass bulb. Provide a well for mounting the bulb in the pipe line. Dials shall be calibrated in degrees F and degrees C with 2 degrees F graduations and figures at 10 degrees
F increments.
1. Inlet thermometers shall be calibrated for 0 to 150 degrees F and the sensing element shall
be located in the pipe just upstream of the blower inlet expansion joint.
2. Discharge thermometers shall be calibrated for 40 to 240 degrees F and the sensing
element shall be located in the pipe just downstream of the blower discharge expansion
joint. _
F. A high discharge air temperature probe shall be provided for mounting on the blower discharge
pipe. The probe shall be used for detecting excessive blower discharge temperature and shall _
be furnished with a mounting well. The probe shall provide closure of contacts rated 10 Amps
at 120 VAC for connection to the blower control panel specified below. The unit shall be
adjustable in the range of 200 to 300 degrees F,automatic reset after trip.
G. Each blower shall be equipped with a high discharge pressure switch to provide blower
shutdown if the discharge pressure exceeds a preset amount. The switch shall be mounted on
the Blower Control Panel,tied into the signal tubing to the discharge pressure manometer. The
switch shall have an adjustable range,normally open mercury contacts,manual reset,NEMA 1
general purpose enclosure and brass Bourdon tube. The switch shall be as manufactured by
Mercoid Control or equal. Switches shall contain no mercury.
H. Safety devices and controls as recommended by the blower manufacturer shall be provided,
including an OSHA approved hot dipped galvanized guard for the V-belt drive.
I. A vacuum gauge,calibrated 0 to 20-in of water,shall be provided on the suction side of the
blower and a pressure gauge calibrated 0 to 30 psig shall be provided on the discharge side.All gauges shall be equal to Ashcroft 1009, stainless steel case,glycerin filled,with 3-1/2-in
dial face. A suitable tee handled corporation stop or ball valve shall be installed between each
gauge and the connection to the air piping.
2.05 CONTROLS
A. Each blower shall be provided with a local control panel. Each control panel shall include all
controls to operate the blowers and provide detection of malfunctions and shut-down should
malfunctions occur. The control panels shall incorporate all features required for proper
operation of the blowers. The local control panel shall be of NEMA 12 construction,
11372.doc 113 72-8 Section 11372—Positive Displacement Air Blowers
1 1/3 012007
City of Fort Worth
Northwest WTP—Membrane Filtration System
fabricated from 14 gauge sheet steel,braced and reinforced as required. The local control
panel shall house all control components and shall be pre-wired. The control panel shall be
^' free standing. The panel shall have a front cover attached by means of a continuous hinge and
have quick disconnect latches. All front panel components shall be flush mounted,clearly
labeled and NEMA 12 rated. Panel shall be assembled and furnished by the blower
manufacturer. Each local panel shall contain an ammeter calibrated in blower output cfm and
amps,pressure gauge,thermometers,alarm indicator lights,circuit breaker,a hand-off
automatic selector switch,run indicating light,elapsed time meter and any other control
components listed hereinafter.
B. There shall be furnished for each air blower an electrical surge protection device. This device
shall be based on current draw and so designed that when volumetric demand of the blower is
reduced to the surge volume,the motor will be de-energized and a visual and audible alarm
will be produced. The visual alarm shall consist of an amber pilot light marked surge and the
audible alarm shall be by means of a horn mounted in the control panel. The surge detection
device shall be provided with a time delay for startup.
C. A bearing vibration detection system shall be provided for each of the four anti-friction
bearings of each blower and motor,as specified in Paragraphs 2.02 and 2.03 above. The
system shall be mounted in each blower control panel and shall provide alarm and shut-down if
4 excessive vibration is detected. The control shall delay operation on blower start-up and shall
screen out short duration transients. The control shall indicate which bearing caused the
shutdown condition. All necessary relays,terminal strips and alarm devices shall be control
panel mounted.
D. A calibrated ammeter with suitable dual scales shall be provided for each blower to indicate
the quantity of air being discharged. The gauge shall indicate the compressor surge point,
design point,and maximum discharge point. The gauge shall accept a 1 to 5 Amp signal from
the motor starter. The gauge shall be furnished with all fittings, adapters and relays required
for a complete installation within the local control panel.
E. Thermometers shall be furnished for each blower to indicate inlet and discharge temperature.
Thermometers shall be of the dial type and shall have a range of 50 to 300 degrees F.
Thermometers shall be furnished complete with all fittings,adapters and shut-off valves
required for a complete installation and shall be by Jay Instruments;Ashcroft,or equal. A high
discharge air temperature detection system shall be provided. The blower control panel shall
provide alarm and shut-down if excessive discharge temperature occurs.
F. A pressure gauge shall be provided for each blower to indicate the pressure in the discharge
line of each blower. The gauge shall be of the dial type. The gauge shall be furnished
complete with all fittings,adapters and shutoff valves required for a complete installation. A
high discharge pressure detection system shall be provided. The Blower Control Panel shall
provide alarm and shutdown if excessive discharge pressure occurs.
G. All alarm conditions shall be included in an alarm annunciator panel mounted on each blower
control panel. The alarms shall consist of a separate light plus an audible alarm. Provide
switches and/or pushbuttons for acknowledge/silence, reset and test.
11372.doc 11372-9 Section 11372—Positive Displacement Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2.06 SURFACE PREPARATION AND SHOP PAINTING
A. All surfaces shall be prepared and shop primed as part of the work under this Section. Surface
preparation and shop priming shall be as specified in Section 09901.
PART 3 EXECUTION
3.01 INSTALLATION
A. The blowers will be installed by the General Contractor and overseen by the MFSS. The
blowers and motors shall be installed under the supervision of a factory representative of the
blower manufacturer.
B. The MFSS shall furnish a certificate from each equipment manufacturer stating that the
installation of his equipment is satisfactory,that the equipment is ready for operation and that
the operating personnel have been suitably instructed in the operation, lubrication and care of
each unit.
C. The equipment manufacturer shall furnish the services of a competent and experienced
representative who has complete knowledge of proper operation and maintenance of the
equipment for a period of not less than five(5)days in two separate visits to inspect the
installed equipment, supervise the initial test run, and to provide instructions to the plant
personnel. The first visit will be for checking and inspecting the equipment after it is installed.
The second visit will be to operate and supervise the initial field test. At least two(2)
additional days allocated solely to the instruction of plant personnel in operation and
maintenance of the equipment. This instruction period shall be scheduled at least ten days in
advance with the Owner and shall take place prior to plant startup and acceptance by the
Owner. The final copies of operation and maintenance manuals specified in Section 01730
must have been delivered to the Engineer prior to scheduling the instruction period with the
Owner.
3.02 FACTORY INSPECTION AND TESTS
A. Factory performance tests shall be conducted for each complete blower unit furnished under this Section. Tests shall be in accordance with the latest applicable ASME Power Test
Code-10. Tests shall determine actual air deliveries,differential pressures, speeds and electrical
input energy requirements for the conditions described. Sufficient test point readings shall be `
made to establish the head-capacity,efficiency and brake horsepower curves for each blower.
Include copies of the certified blower performance curves in the blower Operation and
Maintenance manuals provided under Section 01730. -
END OF SECTION
11372.doc 11372-10 Section 11372—Positive Displacement Air Blowers
11/30/2007 !
i
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 11377
CENTRIFUGAL AIR BLOWERS
PART1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all labor,materials, equipment and incidentals required for a complete
and ready for operation and field test,electric motor driven centrifugal air blowers, including
electric motors, silencers, inlet guide vanes,motor operated bypass valve,controls and
accessories as specified herein.
B. Each blower shall be furnished and installed with all necessary accessory equipment and shall
include the following:
1. Inlet combination air filter/silencer
2. Expansion Joints
3. Electric Motor
4. Discharge Check Valve
5. Discharge/Shutoff Valve
6. Accessories as specified
7. Coupling and common base for motor connection.
8. Control Panel
1.02 RELATED WORK
A. Section 01136,General Equipment Requirements
B. Section 0 117 1,Electric Motors
C. Section 01175,Large Electric Motors
D. Section 01300, Submittals
E. Section 01715,Equipment Operation and Maintenance Training
F. Section 01730, Installation,Operation and Maintenance Manuals
G. Section 01740, Warranty
_ H. Section 01750, Spare Parts
l 1377.doc 11377-1 Section 11377—Centrifugal Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
I. Surface preparation and shop priming are included in Section 09901.
J. Section 11300-A, Submerged Membrane Filtration System
K. Section 11300-B,Pressure Membrane Filtration System
L. Division 13, Instrumentation and Controls
M. Division 15,Valves,mechanical piping and appurtenances and pipe hangers and supports are
included in Division 15.
1.03 SUBMITTALS
A. Submit to the Engineer, in accordance with Section 01300,copies of all materials required to
establish compliance with this Section. Submittals shall include the following: —
1. Certified shop and installation drawings showing materials, details of construction,
dimensions and anchor bolt locations. _
2. Descriptive literature,bulletins and/or catalogs of the equipment.
3. All information required by Section 0 113 6.
4. The total weight of equipment including the weight of major items or components.
5. A complete bill of materials for all equipment.
6. A list of the manufacturer's recommended spare parts. Include gaskets,packing,etc,on the
list.
7. The recommended summer and winter grades of lubricants along with alternative
references to equal products of other manufacturers.
8. Complete data on noise in accordance with Section 01136 and as specified herein. �-
9. Description of surface preparation and shop prime paint.
10. Blower Data
a. Manufacturers name and address -
b. Model number and generic type
c. Shaft couplings
d. Bearing types and B-10 life in hours(if applicable) _
e. Lubrication systems
11377.doc 113 77-2 Section 11377—Centrifugal Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
11. Preliminary blower performance data showing performance curves and design point in
accordance with this Section.
a. Inlet cfm
b. Inlet Pressure psia
c. Discharge Pressure psig
d. Inlet Temperature(both maximum 95 degrees F,minimum 0 degrees F)
e. Discharge Temperature Degrees F
f. Relative Humidity(60 percent at 95 degrees F inlet, 36 percent at 0 degrees F inlet)
g. Brake Horsepower
h. Speed rpm
i. Surge Conditions
r 12. Complete data on motors in accordance with Section 01171 and as specified herein.
13. Complete description of the control system including master wiring diagrams and
elementary or control schematics, showing coordination with external devices and signals;
outline drawings of panels showing location and description of all controls and details of
panel construction and mounting.
14. Silencer Data
a. Manufacturer
b. Model Number
c. Size
d. Dimensions
e. Attenuation Data
f. Headloss at rated flow(as specified)
g. Materials of construction
15. Check Valve Data
a. Manufacturer
_ b. Model Number
11377.doc 11377-3 Section 11377—Centrifugal Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
c. Size
d. Dimensions
e. Materials of construction
f. Headloss at rated flow
16. Blower manufacturer's recommendations for configuration of turning vanes in the blower
inlet and discharge piping as specified herein.
17. Furnish,prior to shipping the blowers, certified test report of the manufacturer's certified
shop test record of each blower.
B. Installation Instructions -
1. Installation instructions shall be furnished according to Section 01730.
C. Operating and Maintenance Data
1. Complete operating and maintenance instructions shall be furnished for all equipment as _
provided in Section 01730. The instructions shall be prepared specifically for this
installation and shall include all cuts,drawings,equipment lists, descriptions that are
required to instruct operating and maintenance personnel unfamiliar with such equipment. r
The maintenance instructions shall include trouble shooting data and full preventative
maintenance schedules.
2. Refer to Section 01136 for special tools.
3. Refer to Section 01750 for spare parts.
1.04 REFERENCE STANDARDS
A. American Society of Mechanical Engineers(ASME) —
1. ASME PTC-10-Compressors and Exhausters
B. American National Standards Institute(ANSI)
C. American Bearing Manufacturers Association(ABMA)
D. National Electrical Manufacturers Association(NEMA)
E. Occupational Safety and Health Administration(OSHA)
F. American Society for Testing and Materials(ASTM)
1. ASTM A36- Standard Specification for Carbon Structural Steel.
2. ASTM A48- Standard Specification for Gray Iron Castings
11377.doc 11377-4 Section 11377—Centrifugal Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
G. American Institute of Steel Construction(AISC)
H. American Welding Society(AWS)
I. Institute of Electrical and Electronics Engineers(IEEE)
J. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
1.05 QUALITY ASSURANCE
A. The centrifugal blower system shall be furnished by a single manufacturer who regularly
engages in the production of this type of manufacture of the equipment to be furnished. The
equipment shall be designed, constructed and installed in accordance with the best practices and
methods.
v B. The blowers shall be manufactured by Continental, or Roots Division of Dresser Industries.
1.06 GENERAL,ELECTRICAL, CONTROL AND INSTRUMENTATION RESPONSIBILITIES
A. Reference Section 01136 paragraph entitled "Electrical Devices Furnished with Mechanical
Equipment" for specific responsibilities of this specification section for furnishing and
Y coordinating the electrical,control,and instrumentation work associated with the specified
mechanical systems.
B. The quality of electrical, instrumentation, and control equipment to be furnished under this
- Section shall conform to Section 01136,paragraph entitled " Electrical Devices Furnished with
Mechanical Equipment";and any specific requirements included within this Section.
1.07 WARRANTY
A. Refer to Section 01740 for equipment warranty requirements and provisions referenced therein.
1.08 DELIVERY, STORAGE AND HANDLING
A. All equipment shall be skid mounted or crated and delivered to protect against damage during
shipment.
B. All parts shall be properly protected so that no damage or deterioration will occur during a
prolonged delay from the time of shipment until installation is completed and the units and
equipment are ready for operation.
C. Factory assembled parts and components shall not be dismantled for shipment unless
permission is received in writing from the Engineer.
i D. Finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly
built and securely bolted thereto.
11377.doc 11377-5 Section 11377—Centrifugal Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
E. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and
corrosion.
F. All equipment shall be protected as specified in Section 01611.
1.09 SPARE PARTS
A. Provide spare parts per Section 01750, Spare Parts.
PART2 PRODUCTS
2.01 GENERAL Y
A. The blowers specified herein shall all be supplied by one manufacturer and shall be complete
with all necessary appurtenances. —
B. The use of a manufacturer's name and model or catalog number is for the purpose of
establishing the standard of quality and general configuration desired.
C. Like items of materials/equipment shall be the end products of one manufacturer in order to
provide standardization for appearance,operation, maintenance, spare parts and manufacturer's _
service.
D. Equipment weighing over 100 lbs shall be provided with lifting lugs.
E. 16 gauge brass or stainless steel nameplates giving the name of the manufacturer,the rated
capacity,head, speed and all other pertinent data shall be attached to each blower and motor.
F. All structural steel used in the fabrication of the equipment shall conform to the requirements
of ASTM A36. Design and fabrication of structural steel members shall be in accordance with
AISC "Specification for Design,Fabrication and Erection of Structural Steel for Buildings".All welding shall conform to AWS.
G. All parts shall be so proportioned as to have liberal strength, stability and stiffness and to be
especially constructed for the work to be done. Ample room and facilities shall be provided for
inspection,repairs and adjustment.
H. The blower manufacturer shall determine the configuration of turning vanes to be provided in
the piping elbows entering and leaving the blower to secure proper air flow distribution
through-out the pipe profile and minimize noise.
2.02 CENTRIFUGAL BLOWERS
A. Each blower shall be of the centrifugal type with outboard mounted bearing construction in
which the impellers are keyed to a heavy ground steel shaft and supported by anti-friction type
bearings. Shafts shall be of ample size to carry all loads imposed under continuous service
under all operating conditions. Bearings shall be capable of being inspected or replaced
without disconnecting any piping or disassembling the blower. Where the compressor shaft
passes through both the inlet and outlet heads,air seals shall be provided to prevent leakage
and to assure non-contamination of the bearing lubricant. Seals shall be replaceable without
11377.doc 11377-6 Section 11377—Centrifugal Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
having to disconnect inlet or discharge piping. The bearing housing shall have an open air
space to separate the bearing housing from the casting. The through shaft shall have a cooling
rotating shield to reduce heat transfer along the shaft to the bearing and lubricant. Shaft shall
be of sufficient diameter to operate below first critical speed and shall be of high grade heavy
ground steel. Shaft speed shall not exceed 3550 rpm.
B. Each blower frame or housing shall be of cylindrical, cast iron construction. The rigid cast
iron sections shall be fitted with rabbet joints held securely between cast iron inlet and outlet
heads by steel tie rods. Carbon ring or labyrinth shaft seals shall be provided to prevent air
leakage where the blower shaft passes through the inlet and outlet heads. Inlet and outlet
connections shall be ANSI Class 125 drilled and tapped flanges and shall be an integral part of
the heads. Blowers shall be of the type in which the diaphragm which receives air from the
impeller and guides the air to the next impeller is cast integrally with the casing to ensure
optimum operating efficiency. Two piece fabricated construction with rope packing is not
- acceptable. The housing shall consist of cast iron sections held securely between cast iron inlet
and outlet heads with steel tie-rods. The housing shall be rated for 25 psig.
C. Impellers shall be cast in one piece from high strength aluminum alloy and accurately
machined. Each impeller and shaft assembly shall be statistically and dynamically balanced at
design speed that vibration does not exceed 1.25 mils total amplitude when measured on the
bearing housing in either the horizontal,vertical or axial direction. In addition, impeller shall
be overspeed tested to at least 115 percent of design speed. The blower manufacturer shall
submit a certified report attesting to the date and place of overspeed testing and dynamic
balancing,the accuracy achieved and the type balancing machine used. The operating speed of
the blower shall be well within the first critical speed of the impeller assembly.
D. Anti-friction bearings shall be grease lubricated or lubricated by constant level oiler. For oil-
lubricated systems each set of bearings will be provided with a sight gauge to allow
observation of the oil level at each bearing assembly. Bearings shall be sized for a minimum
expected B-10 bearing life of 10 years in accordance with ABMA Standards. Bearings shall be
replaceable without disconnecting any piping or disassembling the compressor casing.
Bearings for the blower input shaft shall be capable of withstanding all radial and thrust loads,
of ample size to carry all loads imposed under continuous service, without overheating.
E. Each blower and motor unit shall be mounted on a common structural or fabricated steel base
plate. The blower/motor connection shall be by an OSHA approved flexible coupling with
coupling guard. The coupling shall be of a type that provides absorption of shock and
vibration, compensates for misalignment and of sufficient strength to transmit the increased
torque that occurs during starting. Provide resilient foundation mounting pads.
2.03 BLOWER DRIVE MOTORS
r A. Blower drive motors shall meet the requirements of Section 0 117 1. Maximum motor speed for
the motor shall be less than or equal to 1800 rpm.
B. The blowers shall be driven by means of standard horizontal squirrel cage induction motors
suitable for driving the blowers continuously over the entire operating range. The motors shall
be furnished by the blower manufacturer.
_ 11377.doc 113 77-7 Section 11377—Centrifugal Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2.04 ACCESSORIES
A. Inlet valves shall be butterfly valves motorized operator for open-close control and inlet
throttling. Discharge shutoff valves shall be butterfly valves with chain wheel operator.
Valves shall meet the requirements of Section 15100.
B. Furnish check valves on the discharge of each blower. The check valves shall be cast iron
wafer-type and shall be of springless, seatless design. Sealing members shall be high quality
Buna-N. Check valves shall be by Techno Corp., Mission Valve and Pump Co.
Crane/Centerline Series 800 or equal.
C. Each blower shall be provided with inlet and discharge expansion joints. The expansion joints
shall alleviate stresses caused by thermal expansion and contraction in the piping system and
the vibration imposed on the piping by the blowers. The expansion joints shall be capable of
withstanding the vacuum and pressure under all operating conditions and a temperature range of at least 0 to 250 degrees F. The expansion joints shall be flanged, single-arch,reinforced
rubber spool. Expansion joints shall be equipped with full-faced flanges with 150 lb ANSI
standard drilling. Expansion joints shall be by General Rubber Corp.; Mercer Rubber Co.,or
equal.
D. Each blower shall be furnished with a dry-type inlet air filter/silencer sized for 120 percent of
the design volume. Filter elements shall be cleanable and replaceable. Combination inlet air
filter/silencers shall be as manufactured by Universal Silencers, Stoddard Silencers, Burgess
Industries,or equal. Silencer shall provide minimum attenuation of:
Octave Band 125 250 500 1K 2K 4K 8K
Attenuation dB. 3 4 10 15 20 20 15
However,the combined noise level of motor and blower shall not exceed 85 dBA at 3-ft from
the unit.
E. Thermometers shall be provided on the inlet and discharge of each blower. Thermometers
shall be vapor tension type with capillary tube to connect the remote mounted indicator to the
sensing element in the pipeline. The indicators shall be mounted in the Blower Control Panel.
Thermometers shall have 4-1/2-in dials,black steel case, white dial face with black markings,
copper alloy Bourdon tube,copper capillary with double sheath of braided copper wire and
union connected brass bulb. Provide a well for mounting the bulb in the pipe line. Dials shall
be calibrated in degrees F and degrees C with 2 degrees F graduations and figures at 10 degrees
F increments.
1. Inlet thermometers shall be calibrated for 0 to 150 degrees F and the sensing element shall
be located in the pipe just upstream of the blower inlet expansion joint.
2. Discharge thermometers shall be calibrated for 40 to 240 degrees F and the sensing
element shall be located in the pipe just downstream of the blower discharge expansion
joint. _
F. A high discharge air temperature probe shall be provided for mounting on the blower discharge
pipe. The probe shall be used for detecting excessive blower discharge temperature and shall _
be furnished with a mounting well. The probe shall provide closure of contacts rated 10 Amps
11377.doc 11377-8 Section 11377—Centrifugal Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
at 120 VAC for connection to the blower control panel specified below. The unit shall be
adjustable in the range of 200 to 300 degrees F,automatic reset after trip.
G. Each blower shall be equipped with a high discharge pressure switch to provide blower
shutdown if the discharge pressure exceeds a preset amount. The switch shall be mounted on
the Blower Control Panel, tied into the signal tubing to the discharge pressure manometer. The
switch shall have an adjustable range,normally open mercury contacts, manual reset,NEMA
4X general purpose enclosure and brass Bourdon tube. The switch shall be as manufactured by
Mercoid Control or equal. Switches shall contain no mercury.
H. Safety devices and controls as recommended by the blower manufacturer shall be provided.
I. A vacuum gauge,calibrated 0 to 20-in of water, shall be provided on the suction side of the
blower and a pressure gauge calibrated 0 to 30 psig shall be provided on the discharge side.
All gauges shall be equal to Ashcroft 1009, stainless steel case, glycerin filled,with 3-1/2-in
dial face. A suitable tee handled corporation stop or ball valve shall be installed between each
gauge and the connection to the air piping.
2.05 CONTROLS
A. Each blower shall be provided with a local control panel. Each control panel shall include all
controls to operate the blowers and provide detection of malfunctions and shut-down should
malfunctions occur. The control panels shall incorporate all features required for proper
operation of the blowers. The local control panel shall be of NEMA 12 construction,
fabricated from 14 gauge sheet steel,braced and reinforced as required. The local control
panel shall house all control components and shall be pre-wired. The control panel shall be
free standing. The panel shall have a front cover attached by means of a continuous hinge and
have quick disconnect latches. All front panel components shall be flush mounted,clearly
labeled and NEMA 12 rated. Panel shall be assembled and furnished by the blower
manufacturer. Each local panel shall contain an ammeter calibrated in blower output cfin and
amps,pressure gauge,thermometers, alarm indicator lights,circuit breaker,a hand-off
automatic selector switch,run indicating light,elapsed time meter and any other control
components listed hereinafter.
B. There shall be furnished for each centrifugal blower an electrical surge protection device. This
device shall be based on current draw and so designed that when volumetric demand of the
blower is reduced to the surge volume,the motor will be de-energized and a visual and audible
alarm will be produced. The visual alarm shall consist of an amber pilot light marked surge
and the audible alarm shall be by means of a horn mounted in the control panel. The surge
detection device shall be provided with a time delay for startup.
C. A bearing vibration detection system shall be provided for each of the four anti-friction
bearings of each blower and motor,as specified in Paragraphs 2.02 and 2.03 above. The
system shall be mounted in each blower control panel and shall provide alarm and shut-down if
excessive vibration is detected. The control shall delay operation on blower start-up and shall
screen out short duration transients. The control shall indicate which bearing caused the
shutdown condition. All necessary relays,terminal strips and alarm devices shall be control
panel mounted.
11377.doc 113 77-9 Section 11377—Centrifugal Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
D. A calibrated ammeter with suitable dual scales shall be provided for each blower to indicate
the quantity of air being discharged. The gauge shall indicate the compressor surge point,
design point,and maximum discharge point. The gauge shall accept a 1 to 5 Amp signal from
the motor starter. The gauge shall be furnished with all fittings,adapters and relays required
for a complete installation within the local control panel.
E. Thermometers shall be furnished for each blower to indicate inlet and discharge temperature.
Thermometers shall be of the dial type and shall have a range of 50 to 300 degrees F.
Thermometers shall be furnished complete with all fittings,adapters and shut-off valves —
required for a complete installation and shall be by Jay Instruments; Ashcroft,or equal. A high
discharge air temperature detection system shall be provided. The blower control panel shall
provide alarm and shut-down if excessive discharge temperature occurs.
F. A pressure gauge shall be provided for each blower to indicate the pressure in the discharge
line of each blower. The gauge shall be of the dial type. The gauge shall be furnished
complete with all fittings,adapters and shutoff valves required for a complete installation. A
high discharge pressure detection system shall be provided. The Blower Control Panel shall
provide alarm and shutdown if excessive discharge pressure occurs.
G. All alarm conditions shall be included in an alarm annunciator panel mounted on each blower
control panel. The alarms shall consist of a separate light plus an audible alarm. Provide
switches and/or pushbuttons for acknowledge/silence,reset and test.
2.06 SURFACE PREPARATION AND SHOP PAINTING
A. All surfaces shall be prepared and shop primed as part of the work under this Section. Surface
preparation and shop priming shall be as specified in Section 09901.
PART 3 EXECUTION
3.01 INSTALLATION `
A. The blowers will be installed by the General Contractor and overseen by the MFSS. The
blowers and motors shall be installed under the supervision of a factory representative of the
blower manufacturer.
B. The MFSS shall furnish a certificate from each equipment manufacturer stating that the —
installation of his equipment is satisfactory,that the equipment is ready for operation and that
the operating personnel have been suitably instructed in the operation, lubrication and care of
each unit.
C. The equipment manufacturer shall furnish the services of a competent and experienced
representative who has complete knowledge of proper operation and maintenance of the
equipment for a period of not less than five(5)days in two separate visits to inspect the
installed equipment, supervise the initial test run,and to provide instructions to the plant
personnel. The first visit will be for checking and inspecting the equipment after it is installed.
The second visit will be to operate and supervise the initial field test. At least two(2)
additional days allocated solely to the instruction of plant personnel in operation and
maintenance of the equipment. This instruction period shall be scheduled at least ten days in _
advance with the Owner and shall take place prior to plant startup and acceptance by the
11377.doc 11377-10 Section 11377—Centrifugal Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
Owner. The final copies of operation and maintenance manuals specified in Section 01730
must have been delivered to the Engineer prior to scheduling the instruction period with the
Owner.
3.02 FACTORY INSPECTION AND TESTS
A. Factory performance tests shall be conducted for each complete blower unit furnished under
this Section. Tests shall be in accordance with the latest applicable ASME Power Test
Code-10. Tests shall determine actual air deliveries,differential pressures, speeds and electrical
input energy requirements for the conditions described. Sufficient test point readings shall be
made to establish the head-capacity,efficiency and brake horsepower curves for each blower.
Include copies of the certified blower performance curves in the blower Operation and
Maintenance manuals provided under Section 01730.
_. END OF SECTION
11377.doc 11377-11 Section 11377—Centrifugal Air Blowers
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
w
*w
w
THIS PAGE INTENTIONALLY LEFT BLANK
11377.doc 11377-12 Section 11377—Centrifugal Air Blowers
11/30/2007 '*
DIVISION 13
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 13300
PROCESS INSTRUMENTATION AND CONTROLS-GENERAL PROVISIONS
PART 1 GENERAL
1.01 SCOPE OF WORK
A. A single pre-approved Membrane Filtration System Supplier(MFSS)shall furnish all services and
equipment defined herein and in other Specification sections as listed below under related work.
B. The MFSS shall provide all materials,equipment, labor,and services required to achieve a fully
integrated and operational MFSS Control System. The MFSS shall design and coordinate the
instrument and Control System for proper operation with related equipment and materials
furnished by other suppliers under other sections of these Specifications and with the new plant
SCADA Control System equipment.
C. Auxiliary and accessory devices necessary for system operation or performance, such as
transducers,relays to interface with existing equipment, Ethernet communications,or equipment
provided by other suppliers under other Sections of these Specifications, shall be included.
D. Substitutions on functions or type of equipment specified will not be acceptable. In order to insure
_ the interchangeability of parts, maintain quality, interfacing between the various subsystems,and
the establish minimums with regard to ranges and accuracy, strict compliance with the above
requirements shall be maintained. In order to insure compatibility between all equipment, it shall
be the responsibility of the MFSS to coordinate all interface requirements with mechanical and
electrical system suppliers,furnish any signal isolation devices that might be required,and provide
an Ethernet communication interface to the new SCADA Control System provided by others under
a different contract.
E. Equipment shall be fabricated, assembled, installed,and placed in proper operating condition in
full conformity with specifications,engineering data, instructions and recommendations of the
equipment manufacturer as approved by the Engineer.
F. To facilitate the Owner's future operation and maintenance,products shall be of the same major
instrumentation manufacturer, with panel mounted devices of the same type and model as far as
possible.
G. The MFSS shall use the equipment, instrument, and loop numbering standard scheme that has
been developed by Owner staff. The MFSS shall coordinate with Owner all equipment,
instrument, and loop numbering standards. The MFSS shall not deviate from or modify said
numbering scheme without the Owner's approval.
H. All equipment and installations shall satisfy applicable Federal, State, and local codes.
I. All materials, equipment, labor,and services necessary to achieve the monitoring and control
functions described herein shall be provided in a timely manner such that the monitoring and
control functions are available when the equipment is ready to be placed into service.
13300.doc 13300-1 Section 13300—Process Instrumentation and Controls
_ General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
J. The MFSS shall coordinate and schedule all required testing and training with the
Engineer/Owner. r.
K. The MFSS work shall include,but not be limited to,the MFSS Control System, instrumentation
associated with the MFSS,and coordination with other contractors. The MFSS shall furnish and
install the following:
1. Provide overall coordination, installation,and supervision of the installation of
instrumentation, PLCs,PLC panels,OIT panels,networking equipment,and other
miscellaneous Control System components as specified.
2. Provide coordination with general contractor and participate in meetings as directed by the ti
specifications,General Contractor and/or Engineer/Owner.
3. Provide all materials,equipment, labor,and services required to achieve a fully integrated
and operational MFSS Control System. The MFSS shall design and coordinate the MFSS
Control System for proper operation with related equipment and materials furnished by
others under other sections of the Specifications and with the new plant SCADA Control
System equipment
1.02 RELATED WORK
A. The MFSS shall furnish all materials, labor,and services specified in the following Specification
sections as required ensuring a single,coordinated system is supplied:
1. Section 13305 -Application Engineering Services
u•
2. Section 13310—Programmable Logic Controller(PLC)Based Control System
3. Section 13315 -Process Instrumentation&Controls-Products
4. Section 13325 -Control Panels and Panel Mounted Equipment
B. Divisions requiring coordination shall include, but not be limited to,the following:
I. Division I I -Equipment
2. Division 13—Instrumentation and Controls
3. Division 15 -Mechanical
4. Division 16-Electrical
1.03 SUBMITTALS
A. Submit shop Drawings in accordance with Section 01300. These shop Drawings shall fully
demonstrate that the equipment and services to be furnished will comply with the provisions of
these specifications and shall provide a true and complete record of the equipment as
manufactured and delivered. Submittals shall be bound in separate three-ring binders,with an
13300.doc 13300-2 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
index and sectional dividers,with all Drawings reduced to a maximum size of 11-in x 17-in for
inclusion within the binder. Separate submittals shall be made as follows:
l. Project Plan. The project plan shall be submitted and approved before any further submittals
will be accepted.
2. Process Instrumentation and Controls.
3. Digital System Hardware.
4. Specific System Applications.
5. Testing.
6. Training.
7. Spares, Expendables,and Test Equipment.
B. Project Plan Submittal
l. The Project Plan shall provide an overview of the proposed system including system
architecture diagrams,the approach to work,the proposed work schedule indicating
milestones and potential meetings,project personnel and organization,details of factory
testing and field testing,details of training programs, and a paragraph by paragraph review
of the specifications indicating any proposed deviations. The schedule shall illustrate all
major project milestones including the following:
a. Schedule for all subsequent project submittals.
b. Tentative dates for all project design review meetings.
C. Schedule of manufacture and staging of all instrumentation and Control System
T equipment.
d. Schedule for all tests.
e. Schedule for shipment of all instrument and Control System equipment and peripheral
devices.
f. Schedule for equipment start up.
g. Schedule for all training.
C. Process Instrumentation and Controls Submittal
1. This submittal shall provide complete documentation of all field instruments, control panels,
and other instrument and control equipment not specified to be submitted elsewhere.
13300.doc 13300-3 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
a. Provide data sheets for each component listing all model numbers, optional,and
ancillary devices that are being provided. _
The data sheets shall be provided with an index and proper identification and cross
referencing. They 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.
(3) Manufacturer's complete model number. _
(4) Location of the device.
(5) Input-output 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) Instrument or control device sizing calculations where applicable.
(10) Certified calibration data on all flow metering devices.
b. Provide equipment specification sheets which shall fully describe the device,the
intended function,how it operates and its physical environmental and performance
characteristics. Each data sheet shall have appropriate cross references to loop or
equipment identification tags. As a minimum the specification sheets shall include the
following:
(1) Dimension, rigid-clearances.
(2) Mounting or installation details. ..
(3) Connection.
(4) Electrical power or air requirements.
(5) Materials of construction. _
(6) Environmental characteristics.
(7) Performance characteristics.
C. Provide detailed loop diagrams on a 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
13300.doc 13300-4 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
loop both analog, digital,and discrete including all relays, switches, dropping
-- resistors,etc. which are being provided for proper operation. Loop numbers used
shall correspond to the Owner's standards and conventions. The format shall be the
Instrument Society of America, Standard for Instrument Loop Diagrams, ISA-55.4
— plus the following requirements:
(1) 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)an estimate of the loop wiring impedance based on wire sizes and
approximate length used,(4)the total loop impedance,(5)reserve output
capacity.
(2) 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 shall bear his mark showing this has been done.
(3) Show location of all devices.
(4) Show instrument description showing type,manufacturer,model number, range,
set points,and operation(e.g. fail open,open on energization, normally closed,
etc.)as applicable.
(5) Show all instrument loop power or instrument air requirements back to
termination on terminal block or bulkhead,fuse block(including fuse size),etc.,
as applicable.
(6) Show all grounding points within cabinets and panels and identify the
connection point of individual components.
d. Any functional part of the loop that is implemented in software may either be shown on
the same loop connection diagram or on a separate supplemental "loop software
.� diagram". In either case, software diagramming shall be provided for each loop
included herein. Symbology for analog functions implemented in software shall conform
to ISA STD D5 I.
e. Symbology for software logic functions should utilize the following methods.
-- (1) DEC—Function Block Diagram format-This method will be used for
programmable controllers only. The use of ladder diagrams to show logic in
computer or microprocessor is not acceptable.
£ Provide detailed Drawings covering control panels consoles and/or enclosures which
shall include:
I3300.doc 13300-5 Section I3300—Process Instrumentation and Controls
General Provisions
I I/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
No
(1) Cabinet assembly and layout Drawings to scale. These shall include both front
and interior layouts.
(2) Material, fabrication, and painting specifications.
(3) Color selection samples for selection by the Engineer.
(4) Where graphic display panels are required, submit detailed layout to scale,
including symbols and line widths, as well as color selection samples and details
of fabrication. Half-scale layout will be acceptable.
(5) Panel wiring diagrams showing all power connections to equipment within and
on the panel,combined panel power draw requirements(volts,amps), breaker
sizes, fuse sizes, and grounding. This wiring diagram shall be in ladder logic
format and shall reference the appropriate loop drawing for continuations or T
details where required. Show all wire numbers,and terminal block
designations.
(6) All drawings shall be on a title block which will be provided by the Engineer.
g. The submittal shall also contain 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.
2. The Process Instrumentation and Control submittal shall contain a complete system
Input/Output(1/0)list for equipment connected to the Control System under this Contract.
The UO list shall be submitted in both a Microsoft Excel readable electronic file format
(DOS/Windows Version)on a CD-R and an 8 %inch by 11 inch paper copy. The hard copy
list shall be sorted first by ISA tag name and second by 1/0 type(i.e.Al,AO,DI,DO, PI,
PO, etc.). The assigning of UO point addresses and point names shall be coordinated with
the MFSS and shall bear his mark showing this has been done. The list shall contain as a
minimum the following for each active point and spare point:
a. Full ISA instrument tag(or"SPARE").
b. Type of UO(i.e., DI,DO,Al or AO).
C. UO terminal point physical location(panel name,rack, slot,point, etc).
d. 1/0 point address.
e. Point name.
D. Digital System Hardware Submittal
1. This submittal shall provide complete documentation of the proposed hardware
(programmable controllers,RTUs, DCUs,PLCs,computers,communications equipment,
peripherals,etc.) including:
13300.doc 13300-6 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007 `
City of Fort Worth
Northwest WTP—Membrane Filtration System
a. A complete system block diagram(s)showing in schematic form, the interconnections
between major hardware components such as;control centers,panels,power supplies,
consoles, computer and peripheral devices,telemetry equipment, local digital
processors and like equipment. The block diagram shall reflect the total integration of
all digital devices in the system and shall reflect any man/machine interface locations.
All components shall be clearly identified with appropriate cross references to the
location of each.
b. The diagram shall reference all interconnecting cabling requirements for digital
components of the system including any data communication links.
C. Data sheet for each hardware component listing all model numbers,optional,auxiliary
and ancillary devices that are being provided.
d. The data sheets shall be provided with an index and proper identification and cross
referencing. They shall include but not be limited to the following information.
(1) Equipment Number and ISA tag number per the Loop Diagrams(as applicable).
(2) Product(item)name used herein.
(3) Manufacturer's complete model number.
(4) Location of the device.
�. (5) Input-output characteristics.
(6) Range, size,and graduations.
f
(7) Physical size with dimensions,enclosure NEMA classification and mounting
details.
(8) Materials of construction of all components.
(9) Power supply device sizing calculations where applicable.
e. Equipment specification sheets which shall fully describe the device, the intended
function,how it operates and its physical environmental and performance
characteristics. Each data sheet shall have appropriate cross references to loop or
equipment identification tags. As a minimum the specification sheets shall include the
following:
(1) Dimensions and working clearances.
(2) Mounting or installation details.
(3) Connection diagrams.
13300.doc 13300-7 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(4) Electrical power requirements(volts, amps).
(5) Materials of construction.
(6) Environmental characteristics.
(7) Performance characteristics.
£ Detailed drawings covering control consoles and/or enclosures which shall include:
(1) Cabinet assembly and layout Drawings to scale. These shall include both front r
and rear layouts.
(2) Fabrication and painting specifications.
(3) Color selection samples for selection by the Engineer.
(4) Panel wiring diagrams showing all power connections to equipment within and
on the enclosure,combined panel power draw requirements(volts,amps),
breaker sizes, fuse sizes,and grounding.
(5) All drawings shall be on a title block which will be provided by the Engineer.
g. The Digital System Hardware submittal shall also contain 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.
E. Specific System Applications
1. This submittal shall contain hard copies of all proposed process graphic displays. Submitted
process graphic displays shall be no smaller than 8 '/2 inches by 11 inches and in full color.
2. This submittal shall contain all process graphic standardization information. Information to be
included shall include color schemes, graphic layout, base screen complete with alarm sub-
window,clock,display name,and standard menus. Proposed navigation between screens shall
be detailed. Whenever possible,navigation between screens shall be provided from selecting
logical areas on the screen and not through accessing of a menu.
3. The MFSS shall submit annotated logic on 8-1/2 x I I" format and as an ASCII file on CD-
R for all logic developed. Annotation shall be 5 lines of 20 characters for the description
plus a 1 line of 20 characters symbol(ISA tag number)for every logic contact. In addition,
each network or rung shall be annotated so that a non-technical person can read and easily
comprehend what control function the rung or network is performing.
4. This submittal shall also include copies of the PLC 1/0 configuration tables,1/0 reference usage
table,complete cross reference to specific rung used of all inputs,outputs, internal coils,data
registers, and special purpose coils. In addition, any special switch settings or hardware rt
I3300.doc 13300-8 Section 13300—Process Instrumentation and Controls
General Provisions
l l/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
configuration requirements such as com port configurations shall be described in detail and
submitted.
5. This submittal shall cover the specific plant control schemes as well as the details of the
process graphic displays that the MFSS has previously developed through meetings with the
Engineer and Owner.
6. Any functional part of the loop that is implemented in software may either be shown on the
same loop connection diagram or on a separate supplemental "software program listing". In
either case,the program listing shall be provided for each loop included herein. Symbology
for analog functions implemented in software shall conform to ISA STD S5 1.
a. Symbology for software logic functions should utilize the following methods.
(1) IEC—Function Block Diagram format-This method will be used for
programmable controllers only. The use of ladder diagrams to show logic in
computer or microprocessor is not acceptable.
b. Included with each diagram shall be:
(1) Brief scope of the Control Function.
(2) Listing of all scanned inputs to the control function.
(3) A short narrative of the control strategy.
(4) Any assumptions made in developing the program.
(5) Listing of all outputs(i.e.,AO,DO)from the control function.
T (6) Listing of all operator inputs/outputs to and from the control function. Any
special CRT displays related to the function shall be illustrated. A description
of the operation of any panels shall be described as it relates to the control
function.
(7) Failure contingencies shall be described in detail.
7. The specifics of the process graphic displays shall be developed by the MFSS in conjunction
with the Engineer and Owner. The specifics of what shall appear on each and what
calculations are required to support them shall be developed and submitted in final printed
form for approval.
F. Testing Submittals
1. The test plan shall be submitted after all hardware submittals have been approved by the
— Owner and/or Engineer.
2. The test plan shall demonstrate that the MFSS has designed and configured a system that
meets the design specifications. The documents for the test plan shall be structured so that
13300.doc 13300-9 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
the Owner understands what the inputs are,what the predicted outputs should be and what
the actual outputs are. The test plan should have sign-off and date block for the Supplier,
and the Owner.
3. The complete test plan should include as a minimum descriptions for the following:
a. System hardware summary.
b. A schedule for the testing describing the specific tasks to be performed and the time
allotted for each.
C. Communications test to the various PLCs for Discrete and Analog 1/0 data transfer.
d. 100 percent 1/0 point test including all spare points based upon the previously
submitted System 1/0 list.
4. Test Procedures: Submit the procedures proposed to be followed during the test.
Procedures shall include test descriptions,forms, and checklists to be used to control and
document the required tests.
a. Preliminary test procedure submittals: Prior to the preparation of the detailed test
procedures, submit outlines of the specific proposed tests. Submittals shall include _
examples of the proposed forms and checklists.
b. Test Procedure Submittals: After the preliminary test procedure submittals have been
reviewed by the Engineer and returned stamped either"approved"or"approved as
noted, confirm" submit the proposed detailed test procedures. Testing may not be
started until all Testing Submittals have been approved.
5. Test Documentation: Submit a copy of the signed off test procedures upon completion of
each required test.
G. Training Submittals
1. Preliminary training plan submittal:
a. Submit an overview of the proposed training plan. This overview shall include, for
each course proposed:
(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 types of attendees.
13300.doc 13300-10 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(5) Course Content-A topical outline.
(6) Course Duration.
(7) Course Location—Job site.
(8) Course Format-Lecture, laboratory demonstration,etc.
b. The Engineer will review the preliminary training plan submittal with the Owner.
2. Training Plan Submittal: 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:
a. Definitions of each course.
b. Specific course attendance.
C. Schedule of training courses including dates, duration,and locations of each class.
d. Resumes of the instructors who will actually conduct the training.
H. Spares,Expendables,and Test Equipment Lists Submittal
1. This submittal shall include for each Subsystem:
a. A list of,and descriptive literature for, spares, expendables, and test equipment as
specified for Instrumentation Section(13310, 13315 and 13325).
b. A separate list of,and descriptive literature for,additional spares, expendables,and
test equipment recommended by the Supplier.
C. Unit and total costs for the additional spare items recommended for each subsystem.
d. Provide storage instructions for all spare parts.
1.04 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
13300.doc 13300-11 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. ISA 55.3 -Graphic Symbols for Distributed Control/Shared Display Instrumentation Logic
and Computer Systems. _
3. ISA 55.4-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. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply. R
1.05 SYSTEM DESCRIPTION
A. The Membrane Control System shall be designed to perform process control,monitor and report
off normal operating conditions and equipment failures,perform process calculations, and provide
monitoring and control interface information to the plant SCADA Control System.
B. The design should include a stand alone Redundant Main Programmable Logic Controller(PLC)
control panel that shall monitor and control all aspects of the membrane filtration system. Remote -
1/0 panels should be included for each process train/module. The overall Membrane Control
System shall be configured in a hierarchical arrangement connected via Ethernet or the
manufacturer's standard communication protocol.
C. A backup Operator interface shall be provided by an Operator Interface Terminal(OIT)mounted
directly on the Main PLC control panel. The MFSS shall provide a temporary Personal Computer
that shall provide all necessary historical storage during startup activities. Primary historical
functions and operator interface shall be provided by the plant SCADA Control System.
D. The PLC shall be a microprocessor based system consisting of analog and discrete input/output T
processor boards and dual processors for redundant backup. The PLC shall function as an
intelligent stand-alone process control unit that is not dependent on the network or operation of
workstation computers to perform its control function for the process equipment serviced by the
PLC.
1. Capability of stand-alone independent operation.
2. Receive process inputs from, and provide outputs to, field devices and panels.
3. Processing and conditioning of input and output signals.
4. Detect and process alarm and status changes.
5. Continuous(analog),discrete,and sequence controls.
13300.doc 13300-12 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
6. Configuring of control and signal processing functions.
7. Nonvolatile storage of configuration and data base information.
w 8. Self-diagnostics to detect and alarm failures within the PLC.
D. The following points are not intended to be a comprehensive list of the system's features, but will
help summarize the major functions of the system. The PLC based Control System specified
herein shall be designed to perform the following generalized functions:
1. Real time process control including PID control action, sequencing,etc.
2. The plant SCADA Control System shall collect and store accurate, reliable operating
information for present and future uses.
3. Assist plant operating personnel by noting and communicating off-normal operating
conditions and equipment failures.
4. Perform calculations based on sensor(automatically entered)and laboratory(manually
entered)data.
5. Accumulate equipment running times for use in preventative maintenance.
E. The Control System shall be designed so that all process control functions are accomplished by the
PLC. Control functions include start-stop, PID,automatic sequencing, flow integration and
- totalization,alarm/shutdown control, etc. All primary supervisory functions shall be accomplished
at the plant SCADA Operator Workstations. Backup functions shall be accomplished by an OIT
mounted on the main PLC control panel. Supervisory functions shall include database
- modifications,graphic display, setpoint modifications,password entry, and alarming.
F. System security shall be provided by a user assignable password, multilevel protection system
- which restricts access to specified system functions.
G. System response time(for switching between screens, for updating the graphic screen from an I/O
status change, for effecting an I/O action as a result of keyboard command,etc.)shall not exceed 5
seconds.
H. Customizing of the software shall consist only of utilizing the standardized package features to
configure the system to this project(i.e., develop the OIT graphic screens,develop the alarming,
implement the control schemes required,etc.).
I. The system shall allow the operator to manually control(by keyboard entry)the status of pumps,
valves, etc.(i.e.,on-off,open-close, setpoint value,etc.)when viewing the appropriate graphic
screen on the CRT.
J. The MFSS shall develop and provide all OIT graphic screens for the Membrane systems provided.
The graphics shall be designed and function with the OIT equipment supplied by the MFSS. A
13300.doc 13300-13 Section 13300—Process[nstnimentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
Process Control System Supplier(PCSS), under a separate contract, shall develop and provide all
SCADA plant graphic screens. The MFSS shall assist and coordinate with the development of these
process graphics. The exact number and type of customized process OTT graphic screens and SCADA
plant graphics screens shall be determined at coordination meeting(s)s attended by both the MFSS and
PCSS. The MFSS shall be required to attend all coordination meetings necessary to assist and
coordinate with the PCSS regarding process graphics, database, PLC programming and process R
graphic standards and conventions. The graphic displays to be developed shall represent all new
process flow paths and all associated equipment units,pumps,meters,valves,gates,feed systems and
auxiliary systems. The City of Ft Worth, MFSS and PCSS shall jointly establish process control
operating philosophy,standard graphical layout and graphical symbolic representation for all supplied
process graphics. The number of screens to be provided shall be adequate to depict the process
accurately.
K. The equipment and services provided under this contract will include:
l. One operator control interface.All operator interface software shall be installed and
configured so as to demonstrate the functionality of the package including communication to
all PLCs/RIOs.
2. One Master PLC with dual processors located in the Master Control Panel in the Computer
Control Room. _
3. Local Control Panels(LCPs). Each LCP shall be remote UO panels to the Master PLC,
capable of handling a single train/module or multiple train/modules as recommended by the �.►
MFSS provider.
4. Provide and install all communications networks including all necessary ancillary .•
equipment. The communications networks shall communicate between the redundant main
PLC and RIO's. The communications shall utilize the PLC recommended communications
protocol. Communications with the new SCADA control system,provided under a separate
contract, shall be by Ethernet. All cables required for the communications networks shall be
provided, installed,and field tested to verify proper operation.
5. Provide and install one Uninterruptible Power Supply(UPS)for all computer and PLC type
equipment as indicated and Specified.
1.06 DELIVERY, STORAGE AND HANDLING
A. 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. Dehumidifiers 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 job site.
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
13300.doc 13300-14 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007 �"�
City of Fort Worth
Northwest WTP—Membrane Filtration System
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 under Section 13305 and 13310 shall be shipped to the job site via
dedicated air ride van.
B. 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. A permanent stainless steel or other non-corrosive material tag firmly attached and
permanently and indelibly marked with the instrument tag number shall be provided on each
piece of equipment supplied.
C. Storage
1. Equipment shall not be stored out-of-doors. Equipment shall be stored in dry permanent
shelters including in-line equipment,and shall be adequately protected against mechanical
injury. If any apparatus has been damaged, such damage shall be repaired by the WSS at
his own cost and expense. If any apparatus has been subject to possible injury by water, it
shall be thoroughly dried out and put through such tests as directed by the Engineer. This
shall be at the cost and expense of the Supplier, or the apparatus shall be replaced by the
WSS at his own expense.
i
1.07 PROJECT/SITE REQUIREMENTS
A. Environmental Requirements. Air conditioned areas require NENIA Type I ventilated
enclosures. All other areas require NENIA Type 4 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 feet
above mean sea level. Equipment below grade shall be NENIA Type 4X.
C. Temperature. Indoor areas'equipment shall be suitable for 10 to 35 C degrees ambient. Outdoor
areas'equipment shall be suitable for-30 to 50 C degrees ambient. Storage temperatures will
range from 0 to 50 C degrees ambient. Additional cooling or heating shall be furnished if required
by the equipment furnished.
D. Relative Humidity. Air conditioned area equipment shall be suitable for 20 to 80 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 will be unregulated industrial panel
boards.
13300.doc 13300-15 Section 13300—Process Instrumentation and Controls
General Provisions
' I 1/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.8 MAINTENANCE
A. Test Equipment
1. Test equipment shall be provided,together with items such as an instruction manuals,
carrying/storage cases, 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. -
2. One Portable(DMM)digital multi-meter with rechargeable battery and test leads,and
carrying case, Fluke Model 87. .�
3. One electronic indicator/calibrator test set with rechargeable battery,case and test leads
capable of simultaneous measurement and generation of process level signals and to monitor _
both functions on a dual display without switching, Fluke model 725. Additional test
equipment is defined in the related specification sections.
B. 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. r
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.
1.9 WARRANTY
A. Provide equipment warranty per section 01740 and provisions referenced herein.
1.10 FINAL SYSTEM DOCUMENTATION _
A. Prior to final acceptance of the system and owner training, operating and maintenance manuals
covering instruction and maintenance on each type of equipment shall be furnished in accordance
with the Section 01730.
B. The instructions shall be bound in three-ring binders with Drawings reduced or folded for
inclusion and shall provide at least the following as a minimum.
1. A comprehensive index. _
2. A complete "As Constructed" set of approved shop Drawings.
13300.doc 13300-16 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007 •'
i
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. A complete list of the equipment supplied, including serial numbers,ranges,and pertinent
data.
4. Full specifications on 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 shall be clearly defined,along
with special calibration and test procedures.
_ 8. The operating instructions shall also 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. Modifications to existing hardware or
software manuals shall be made on the respective pages or inserted adjacent to the modified pages.
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 MFSS transmits any documentation or other technical information which he considers
proprietary, such information shall be designated. Documentation or technical information which
_ 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 requirements for the final documentation 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 shall
13300.doc 13300-17 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
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 T
for all delivered hardware, including peripherals. The Hardware Maintenance
Documentation shall include,as a minimum,the following information:
a. Operation Information—The information shall include a detailed description of how Y
the equipment operates and a block diagram illustrating each major assembly in the
equipment. y
b. Preventative Maintenance Instructions-These instructions shall include all applicable
visual examinations, hardware testing and 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 Supplier's part number
and manufacturer's part numbers shall be provided.
3. The Software Maintenance documentation shall provide a detailed description of the entire
software system. This documentation shall be sufficient for software maintenance and
modification of the entire software system. The following items shall be included with the
software maintenance documentation.
a. Computer Manufacturer's User Manuals-All computer manufacturer's manuals
applicable to the system being provided.
w
b. MFSS's User Manuals-All applicable software manuals developed by the MFSS for
the application software shall be provided.
C. Application/Custom Software Manuals-These manual(s)shall include all software
maintenance information not included in the computer manufacturer's and MFSS's
standard manuals. Each custom program developed specifically for the system shall
include the following information as a minimum:
(1) Table of Contents
(2) Overview of the program
(3) Narrative describing exactly how the program works. All calculations,
references to process 1/0 points and operator inputs should be mentioned.
(4) A flowchart shall be provided to clarify the narrative description.
13300.doc 13300-18 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(5) A List of Variables used by the program including the function of each. A cross
reference to the Software Functional Design Documentation shall be provided
where appropriate.
d. Software Listings-Two sets of well-annotated program listings of all software
provided shall be furnished for all software items. These shall include,but not be
limited to, the following:
(1) All listings associated with the system generation and software configuration of
the specific system(i.e., system parameterization tables,build maps, disk maps,
etc).
(2) Listings of all data bases configured for and associated with the system.
(3) Listing of all custom or modified software developed specifically for the system.
(4) These listings shall reflect any changes made after the factory acceptance test.
e. Machine Readable Documentation-The MFSS shall provide two sets of the
following as-built documentation in machine readable format:
(1) Disk Pack(s)of the entire as-built software system on CD.
(2) Source tapes of disk packs of the entire software system. The facility to easily
locate any source program and obtain the corresponding hardcopy listing shall
also be provided.
(a) The machine readable documentation shall be 100 percent compatible
with the Software Listings previous defined. As with the Software
Listings,any changes made during or after factory acceptance test shall be
reflected in both the media.
f. Retrofit Documentation-The Owner recognizes the fact that not all possible problems
related to real-time events,software interlocks, flags,active tasks, and hardware
utilizations can be discovered during the Acceptance Tests. Therefore,the MFSS
shall investigate,diagnose,repair, update and distribute all pertaining documentation
of the deficiencies which become evident during the warranty period. All such
documentation shall be submitted to the Owner within 30 days of solving the problem.
- PART 2 PRODUCTS
2.01 INSTRUMENTATION GENERAL
A. Type
1. All instrumentation supplied shall be of the manufacturer's latest design and shall produce or
be activated by signals which are established standards for the water and wastewater
industries.
13300.doc 13300-19 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
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).
3. Outputs of equipment that are 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 and 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 read-outs shall be linear in process units, unless otherwise noted.
7. All transmitters shall be provided with either integral indicators or conduit mounted _
indicators in process units,accurate to one 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 100 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, in-so-far as possible, and shall consist of equipment models which are
currently in production. All equipment provided shall be of modular construction and shall
be capable of field expansion.
10. The Computer Control Room equipment shall be installed in an air-conditioned area;
however,the equipment furnished shall be designed to operate satisfactorily between 60 and
100 degrees F and up to 90 percent humidity assuming no condensation will occur. Y
11. The field mounted digital system equipment and system components shall be designed for
installation in dusty,humid and slightly corrosive service conditions. Field cabinets and
enclosures shall be NEMA 4X gasketed with multi-point latching doors and shall be T
provided with thermostatically controlled strip heaters to prevent condensation.
B. Electrical `
1. All equipment shall be designed to operate on a 60 Hertz alternating current power source at
a nominal 117 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.
13300.doc 13300-20 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. All analog transmitter and controller outputs shall be 4-20 mA into a load of 0 to 750 ohms,
unless specifically noted otherwise.
3. All switches shall have double-pole double-throw contacts rated at a minimum of 600 VA,
unless specifically noted otherwise
4. Materials and equipment used shall be U.L. approved wherever such approved equipment
and materials are available.
5. 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.
2.02 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 1/0 protection.
C. All wiring,hardware,and connection means shall comply with the National Electric Code
and/or applicable local codes.
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 EEC 529.
I. Connections between AC power systems and electrical and electronic equipment shall meet the
following:
13300.doc 13300-21 Section 13300—Process Instrumentation and Controls
General Provisions
1 l/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
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 ANSM EEE 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.
r+
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
ANSMEEE 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.
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(+/- 10%).
13300.doc 13300-22 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. DIN rail mounted surge protection housing width shall not exceed 6.2mm.
3. Surge protection for analog and digital 1/0 shall be designed to withstand a 5 kA test
— current of a(8/20)µs waveform according to EEC 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-ohm 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 model series TT-2-PE-24DC, TT-2/2-24DC,or TT-EX(I)-24DC.
Phoenix Contact model series PT 2 x Ex(I)-24DC. One plug and base required for
two analog loops or four discrete signals.
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 kA test
current of a(8/20)µs waveform according to EEC 1024 Application Guide A and
ANSMEE 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 Igs.
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.
13300.doc 13300-23 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
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 mA.
9. Manufacturers:
a. Phoenix Contact model series PIPETRAB.Protection circuit is mounted in 3/4"
stainless steel pipe nipple.
b. Approved equal.
PART 3 EXECUTION
3.01 GENERAL INSTALLATION
A. Instrumentation and accessory equipment shall be installed in accordance with the manufacturer's
instructions. Exact locations shall be as approved by the Engineer during construction. Obtain in
the field all information relevant to the placing of process control work and 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. r
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 job site during all on-site construction. Both sets shall be identically
marked up 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 retained by the MFSS for incorporation of
the mark-ups into final as-built documentation.
D. The MFSS shall provide all instrumentation installation details for the instruments provided.
When specific installation details are not specified, the American Petroleum Institute(API)
Recommended Practice 550 shall be followed as applicable.
E. All work shall be executed in full accordance with codes and local rulings. Should any work be
performed contrary to said rulings,ordinances and regulations,the 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 MFSS shall bear full responsibility for such violations and assume
all costs arising there from.
G. Instrumentation shall be mounted on instrument racks or stands. All instrumentation connections
shall be provided with shutoff and drain valves. For differential pressure transmitters,valve
13300.doc 13300-24 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
_ manifolds for calibration,testing, and blow down service shall also be provided. For slurries,
chemical or corrosive fluids,diaphragm seals with flushing connections 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.
I. Field instruments requiring power supplies shall be provided with local electrical shutoffs and
fuses as required.
J. Brackets and hangers required for mounting of equipment shall be provided. They shall be
installed in a workmanlike manner and not interfere with any other equipment.
K. The MFSS shall investigate each space in the building through which equipment must pass to
reach its final location. If necessary,the MFSS shall be required to ship his material in sections
sized to permit passing through restricted areas in the building. The MFSS 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 from cabinets/assemblies shall be removed. Hole plugs shall be provided for the
holes of the same color as the cabinet.
N. The MFSS shall coordinate the installation,the placing and location of system components,their
connections to the process equipment panels,cabinets and devices, subject to the Engineer's
approval. He shall be responsible to insure that all field wiring for power and signal circuits are
correctly done in accordance with best industry practice and provide for all necessary system
grounding to insure a satisfactory functioning installation.
3.02 TESTS(GENERAL)
A. The MFSS shall test all equipment at the factory prior to shipment. Unless otherwise specified in
the individual specification sections, all equipment provided by the MFSS shall be tested at the
factory as a single fully integrated system.
B. As a minimum,the testing shall include the following:
l. Unwitnessed Factory Test(UFT)
2. Witnessed Factory Test(WFT)
3. Operational Readiness Tests(ORT).
4. Functional Demonstration Tests(FDT).
13300.doc 13300-25 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C. 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.
D. All tests shall be conducted in accordance with prior Engineer-approved procedures, forms,and
check list. Each specific test to be performed shall be described and a space provided after it for
sign off by the appropriate party after its satisfactory completion.
E. Copies of these sign off test procedures, forms, and check lists will constitute the required test
documentation.
F. 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. Define these simulations techniques in
the test procedures.
G. The MFSS shall coordinate all testing with the General Contractor,all affected General Contractor _
Subcontractors,the Engineer,and the Owner. The General Contractor shall require all affected
equipment suppliers with control panels or process control system suppliers to fully cooperate and
participate in all tests as required for complete and effective tests.
H. The Engineer reserves the right to test or retest all specified functions whether or not explicitly
stated in the prior approved Test Procedures.
I. The Engineer's decision shall be final regarding the acceptability and completeness of all testing.
J. No equipment shall be shipped until the engineer has received all test results and approved the
system is ready for shipment.
K. The MFSS shall furnish the services of servicemen, all special calibration and test equipment and -
labor to perform the field tests.
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.
3.03 UNWITNESSED FACTORY TESTS(UFT) —
A. The entire system, except for 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/f tnctions,and control devices/f inctions.
13300.doc 13300-26 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. All panels and assemblies shall be inspected and tested to verify that they are in conformance with
related submittals, and specifications.
C. The unwitnessed test results shall be submitted to the Engineer. The MFSS shall allow a
T minimum of one week after receipt of the Engineer's approval of the UFT results before
commencing the system Witnessed Factory Test.
3.04 WITNESSED FACTORY TEST(WFT)
A. All system tests specified for the UFT shall be repeated.
B. The purpose of the WFT is to verify the 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 Engineer
and/or Owner, shall be the basis for approval of the system to be shipped to the site.
C. The various tests performed during the WFT shall be designed to demonstration that hardware and
software fulfill all the requirements of the Specifications. The test conditions shall resemble, as
close 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.
G. Minimum tests to be performed by the MFSS shall include,but not be limited to,the following:
1. Hardware and software system audit.
2. Demonstrate operability of the control data communication network under anticipated full
load conditions.
3. Demonstrate total power failure and recovery. NOTE: The UPS shall be removed for this
test.
4. Demonstrate communication failure and automatic recovery.
5. 100 percent point check of all 1/0 including all wiring.
6. Demonstration of control functionality regarding manual and automatic operations.
H. During the test for a period of time equal to at least 20 percent of the test duration,the Engineer
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.
I. All deficiencies identified during these tests shall be corrected and retested prior to completing of
the Factory Demonstration Test as determined by the Engineer.
13300.doc 13300-27 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
J. The following documentation shall be made available to the Engineer at the test site both before
and during the WFT:
1. All Specifications, submitted shop drawings,addenda,and change orders.
2. Master copy of the test procedure. —
3. Bill of Material for equipment to be tested including make,model and serial number.
rt
4. All approved submittals, including the Engineer's comments.
5. Software Licenses.
K. The daily schedule during these tests shall be as follows:
1. Testing and meetings: Nominally 8 hours per day; 10 hours per day if required to meet
schedule.
2. Morning meetings to review the day's test schedule.
3. Evening meetings 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.
M. All test data and procedure followed during testing shall be logged,and certified copies of the logs
shall be provided to the Engineer,and Owner.
N. All costs associated with the WFT, including travel, lodging,car rental,and food for two of the
Engineers and/or Owner's representatives, shall be the responsibility of the MFSS and shall be —
included in the contract price. Travel for the Engineer and/or Owner shall be via non-stop flight,
originating and terminating at the Dallas/Ft Worth International Airport in Dallas, Texas or Dallas
Love Field airport, Dallas, Texas.
3.05 OPERATIONAL READINESS TESTS (ORT)
A. The system 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. The ORT shall be complete,fully documented with every page signed off.
The ORT documentation shall be submitted and approved prior to the start of the FDT.
B. The tests shall be implemented using Engineer approved forms and checklists. _
C. The MFSS shall maintain the Loop Status Reports and Component Calibration Sheets at the
jobsite and make them available to the Engineer/Owner at any time.
D. These inspections and tests do not require witnessing, However,the Engineer shall review and
initial all loop status and component calibration sheets and spot-check their entries periodically
and upon completion of the ORT. Any deficiencies found shall be corrected. The ORT shall be
13300.doc 13300-28 Section 13300—Process Instrumentation and Controls
General Provisions _
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
complete, fully documented,with every page signed off. The ORT documentation shall be
submitted and approved prior to the start of the Functional Demonstration Test.
1. The Loop/Component Inspections and Tests shall be implemented using Engineer-approved
forms and check lists.
a. 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
checkoff items with spaces for sign off by the Supplier:
(1) Project Name.
(2) Loop Number.
(3) Tag Number for each component.
(4) Checkoffs/sign offs for each component.
(a) Tag/identification
(b) Installation
(c) Termination—wiring
(d) Termination—tubing
(e) Calibration/adjustment
(5) Checkoffs/sign offs for the loop.
(a) Panel interface terminations
(b) 1/0 interface terminations
(c) 1/0 signal operation
(d) Inputs/outputs operational: received/sent,processed, adjusted
(e) Total loop operation
(6) Space for comments.
b. Each active Analog Subsystem element and each 1/0 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 Supplier:
(1) Project Name.
(2) Loop Number.
13300.doc 13300-29 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(3) Component Tag Number of 1/0 Module Number.
(4) Component Code Number Analog System.
(5) Manufacturer(for Analog system element).
(6) Model Number/Serial Number(for Analog system).
(7) Summary of Functional Requirements. For example:
(a) For Indicators and Recorders: Scale and chart ranges
(b) For Transmitters/Converters: Scale and chart ranges
(c) For Computing Elements: Function
(d) For Controllers: Action(direct/reverse)control Modes(PID)
(e) For Switching Elements: Unit range, differential
(FIXED/ADJUSTABLE),reset(AUTO/MANUAL)
(f) For 1/0 Modules: Input or output
(8) Calibrations;for example:
(a) For Analog Devices: Required and actual inputs and outputs at 0, 10, 50,
90,and 100 percent of span, rising and falling.
(b) For Discrete Devices: Required and actual trip points and reset points.
(c) For Controllers: Mode settings(PID).
(d) For 1/0 Modules: Required and actual inputs or outputs for 0, 10, 50,90,
and 100 percent of span, rising and falling.
(9) Space for comments.
(10) Space for sign off by the Supplier.
2. The MFSS shall maintain the Loop Status Reports and Components Calibration sheets at the
job-site and make them available to the Engineer/Owner at any time.
3. These inspections and tests do not require witnessing. However,the Engineer will review
and initial all Loop Status Sheets and Component Calibration Sheets and spot-check their
entries periodically and upon completion of the Operational Readiness Tests. Any
deficiencies found shall be corrected.
13300.doc 13300-30 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3.06 FUNCTIONAL DEMONSTRATION TEST(FDT)
A. Prior to FDT the ORT must be complete and the facilities started up and fully operational. All
preliminary testing, inspection,and calibration shall be complete as defined in the operational
readiness tests. The Owner and the Engineer shall be notified in writing of the proposed date at
least seven calendar days prior to the start of the test.
T B. A witnessed FDT shall be performed on the complete system to demonstrate that it is operating
and in compliance with these Specifications. Each specified function shall be demonstrated on a
paragraph-by-paragraph, loop-by-loop, and site-by-site basis.
C. The Engineer shall determine if the system is operating satisfactorily.
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 O&M Manuals shall be made available to the Engineer 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. The entire FDT daily schedule shall be submitted and approved prior to the start of the
FDT.
3.07 TRAINING
Y A. General
1. The cost of Owner training programs shall be included in the MFSS price. The training and
instruction, insofar as practicable, shall be directly related to the system being supplied. The
training program shall represent a comprehensive program covering all aspects ofthe operation
and maintenance of the system.
2. All Technicians,Operators,Engineers,and Managers of the Water Treatment Facility will
require training on the system. The MFSS shall be responsible for providing detailed
Operation and Maintenance(O&M)Manuals and training courses.
3. The O&M Manuals shall include specific details of the equipment supplied and details of
operations specific to this Project. The training courses will deal with fundamentals of
computers and telemetering systems, software and hardware operation,and maintenance.
4. All instructors must be intimately familiar with the operation and control of the Owner's
Facilities.
5. The training shall be structured as following:
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.
13300.doc 13300-31 Section 13300—Process Instrumentation and Controls
_ General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration 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,a 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,network and PLCs. Instrumentation technicians and other chosen water
treatment plant personnel shall be trained in software development and maintenance,
and structured programming techniques.
6. The MFSS shall provide detailed manuals and shall include specific details of equipment
supplied and operations specific to the project.
7. The MFSS shall make use of teaching aids, manuals, slide/video presentations,etc. After
the training services, such materials shall be delivered to Owner.
8. 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.
9. The Owner reserves the right to video tape all training sessions. All such tapes shall
become the sole property of the Owner.
B. Maintenance Training
1. Maintenance training sessions shall have the following characteristics:
a. Training personnel shall be intimately familiar with the Control System equipment, its
manipulation,and configuration. Training Personnel shall command knowledge of !
system debugging, program modification,troubleshooting,maintenance procedure,
system operation, and programming,and shall be capable of transferring this
knowledge in an orderly fashion to technically oriented personnel in a classroom
environment.
b. Maintenance training shall be held during the day,approximately 8:00 A.M.to 5:00
P.M. Monday thru Friday,as scheduled by the Owner.
13300.doc 13300-32 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
i
C. Maintenance training shall be structured specifically for the Control System provided.
System Managers will want to know everything about the software and hardware
provided and installed.
d. Similar to the Plant Operator field training, 1 pre-startup training shall be introductory
in nature. Specifics and applications shall be taught during post-startup training.
e. The MFSS shall,at a minimum,have the following teaching aids available for
distribution during the system Manager training:
(1) Revised Preliminary O&M Manuals(pre-startup)Final O&M Manuals(post-
startup)
(2) Daily Syllabus
f. Fifty(50)percent of all Maintenance field training shall be "hands-on" utilizing the
R installed Control System to the fullest possible extent. The MFSS shall ascertain the
operability of the Control System before commencing training. Training performed
using a non-functioning Control System will be rejected and repeated.
g. System Manager sessions shall not be held concurrent with Plant Operator sessions.
y 2. Field Instruments
a. Provide a minimum of one 4 hour hardware training session for four(4)of the Owner's
- instrument technicians in the maintenance of the field instrumentation. This training
should be conducted before the Functional Acceptance Test but not more than one(1)
month before and at a time suitable to the Owner. This training shall be provided at
the Owner's facility and at minimum the following shall be included:
(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.
3. Panel Instruments
a. Provide a minimum of one 8 hour hardware training session for four(4)of the
Owner's technicians in the maintenance of the panel instrumentation. This training
should be conducted before the Functional Acceptance Test but not more than one(1)
13300.doc 13300-33 Section 13300 Process Instrumentation and Controls
_ General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
month before and at a time suitable to the Owner. This training shall be provided at
the Owner's facility and at minimum the following shall be included:
(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.
4. PLC Hardware& Software
a. On-site Training
(1) The training and instruction, insofar as practicable, shall be directly related the
system being supplied hereunder. The training shall include a field training
program consisting of hands-on instruction utilizing the Utility's System.
(2) Additional detailed training for several selected personnel shall include an
introduction to systems,a hardware and software overview,and an overview of
computer system fundamentals.
(3) Software training shall provide classroom and hands-on instruction such that a
student with experience in process instrumentation can configure the system
with no guidance or with only minimal supervision when attempting complex
problems. The training shall cover the following subjects, as a minimum:
(a) System overview in which the basic system design and purpose is
covered.
(b) System hardware in which the specific hardware elements and specific
equipment arrangements provided are covered.
(c) Equipment orientation in which the student becomes familiar with the
operational procedures(e.g.,tape load, clear,keyboard,start/stop,and
disk load).
(d) Specific application configuration instruction shall cover the overall
design and implementation of the applications as provided under this _
Contract. The intent shall be to make the student fully knowledgeable in
all aspects of the system provided,along with methods for making
additions,modifications, and deletions to the process system.
13300.doc 13300-34 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(e) Complete system backup and reload procedures.
(4) The software and hardware courses shall not be concurrent. The above listing is
only a guide and is not intended to be complete.
5. Operator Interface Software
a. The training and instruction, insofar as practicable, shall be directly related to the
system being supplied hereunder. The training shall include a field training program
consisting of hands-on instruction utilizing the City's System.
b. A single 3 day training session shall be provided for four members of the City's
personnel on software operation/configuration at the owner's facilities. This training
should be conducted before the Functional Acceptance Test but not more than one(1)
month before and at a time suitable to the Owner.This training shall included:
(1) Database generation
(2) Display generation
(3) Alarm system and configuration
(4) Historical data system configuration
(5) Report generation
(6) Security system
(7) Trending system
(8) Remote communications
(9) Software configuration
(10) Test,adjustment,and calibration procedures.
(11) Troubleshooting and diagnosis.
C. Training to familiarize the Owner's personnel in the system design features,
components,and functions.
d. Software training shall provide classroom and hands-on instruction such that a student
with experience in process instrumentation can configure the MMI with no guidance
or with only minimal supervision when attempting complex problems. The training
shall cover the following subjects, as a minimum:
(a) System overview in which the basic system design and purpose is
covered.
13300.doc 13300-35 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(b) System hardware in which the specific hardware elements and specific
equipment arrangements provided are covered. _
(c) Equipment orientation in which the student becomes familiar with the
operational procedures(e.g.,tape load, clear,keyboard, start/stop,and _
disk load).
(d) Specific application configuration instruction shall cover the overall _.
design and implementation of the applications as provided under this
Contract. The intent shall be to make the student fully knowledgeable in
all aspects of the system provided,along with methods for making _
additions, modifications,and deletions to the process system.
(e) Development of new control loops and strategies.
(f) Complete system backup and reload procedures.
C. Operator Training
1. Plan Operator field training sessions shall have the following characteristics:
a. Training personnel shall be intimately familiar with both the Control System and the
Plant Process. The MFSS shall provide trainers that have familiarized themselves
with the designed operations of the Plant and how the Control System executes the
operation.
b. Plant Operator field training shall be held at the convenience of the Owner. The
MFSS 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.
C. 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.
d. Plant Operator field training shall be introductory in nature during pre-startup training
and more in depth and detailed during post-startup training. -
e. The MFSS shall,at a minimum, have the following teaching aids available for
distribution during Plant Operator field training sessions: R
(1) Revised Preliminary O&M Manuals(pre-startup); Final O&M Manuals(post-
startup)
(2) Copies of all complete generated graphic displays and reports.
(3) Process, Mechanical,and Instrumentation Diagrams '
13300.doc 13300-36 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(4) Daily syllabus
f. Fifty(50)percent of all Plant Operator field training shall be "hands-on"utilizing the
installed Control System to the fullest possible extent. The MFSS shall ascertain the
' operability of the Control System before commencing training. Training performed
using a non-functioning Control System will be rejected and repeated.
2. Operator Interface Functions
a. Provide a minimum of two 2 day training sessions for four(4)of the Owner's operations
personnel on the detailed operation of the Operator Work Station Controls. This training
should be conducted within two weeks of the completion of the Field Acceptance Test at
a time suitable to the Owner.This training shall be provided at the Owner's facility and at
minimum the following shall be included:
(1) 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.
r b. Provide a minimum of four days of instructor on-call tutoring services. The instructor
shall be at the site to provide these services. This service shall be provided beginning
after the completion of the training sessions described above.
D. A single 2 day training session shall be provided for four members of the City's personnel on
software and hardware operation and maintenance at the owner's facilities. This training shall be
conducted before the completion of the FDT.
3.08 PREVENTIVE MAINTENANCE
A. The MFSS shall provided to the Owner on-site warranty and preventive maintenance services
including all labor,parts,and emergency calls providing on-site response within 24 hours for a
period of one year after the system warranty expires.
B. The preventive maintenance services shall also include a minimum of 4 quarterly(two days each)
_ visits by a qualified serviceman of the MFSS who is familiar with the type of equipment and
software provided for this project. Each preventive maintenance visit shall include routine
adjustment,calibration,cleaning, and lubrication of system equipment.
C. Emergency maintenance procedures or plant visits may coincide with a preventive maintenance
visit,however,they shall not replace the work intended to be performed during a preventive
maintenance visit. The MFSS shall have full responsibility for the system hardware and software
preventive and corrective maintenance.
D. During the one-year maintenance period,observation of maintenance operations by Owner's
personnel, and the instruction of said personnel in the details of the maintenance work being
performed, shall be provided. At the end of the maintenance period, the MFSS shall replenish the
spare parts supply to the original status of component parts and physical condition.
END OF SECTION
13300.doc 13300-37 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
w
po
FM
IN
w
THIS PAGE INTENTIONALLY LEFT BLANK
13300.doc 13300-38 Section 13300—Process Instrumentation and Controls
General Provisions
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 13305
APPLICATION ENGINEERING SERVICES
PART1 GENERAL
1.01 SCOPE OF WORK
A. The Membrane Filtration System Supplier(MFSS)shall furnish all services defined herein and in
other Specification sections as listed below under related work. The MFSS shall perform all work
necessary to configure, customize,debug, install, connect, calibrate,and place into operation all
software functions specified within this Division.
B. The MFSS shall provide all materials, labor,and services required to achieve a fully integrated and
operational system. The MFSS shall coordinate the Control System for proper operation with
related equipment and materials furnished by other suppliers under other sections of these
Specifications and with related existing equipment.
C. Auxiliary and accessory programming structures necessary for system operation or performance
shall be included.
D. All equipment shall be controlled in full conformity with specifications,engineering data,
instructions and recommendations of the equipment manufacturer.
E. To facilitate the Owner's future operation and maintenance, programming and operator interface
development shall be products shall be standardized as agreed upon by the Owner and Engineer.
F. All equipment and installations shall satisfy applicable Federal, State,and local codes.
1.02 RELATED WORK
A. Refer to Section 13300.
1.03 SUBMITTALS
A. Refer to Section 13300.
1.04 REFERENCE STANDARDS
— A. Instrument Society of America(ISA)
1. ISA 55.2-Binary Logic Diagrams for Process Operations
2. ISA 55.3 -Graphic Symbols for Distributed Control/Shared Display Instrumentation Logic
and Computer Systems.
3. ISA 55.4- Instrument Loop Diagrams
— 4. Display Instrumentation Logic and Computer Systems
13305.doc 13305-1 Section 13305—Application Engineering Services
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. American National Standards Institute(ANSI)
1. ANSI X3.5 -Flowchart Symbols and Their Usage in Information Processing
C. Where reference is made to one of the above standards, the revision in effect at the time of bid
opening shall apply.
1.05 QUALITY ASSURANCE
A. Refer to Section 13300.
1.06 SYSTEM DESCRIPTION A. Refer to Section 13300.
B. Programming and Configuration Guidelines and Deliverables T
1. Real Variables Processing
a. Real Variables shall represent process data for which there are analog signal inputs to
the system. The system shall sample each of these input signals at their selected scan
frequency,and perform the proper conversions and scaling to obtain the instantaneous !
engineering values. These values then shall be used to update real-time data on
monitor screen displays,check for alarm conditions,and store for use in the historical
files. `
b. The instantaneous values of all variable data shall be displayed on the appropriate
monitor screen, and shall be added to the historical database whenever the present
value exceeds a preprogrammed compression deadband. The compression deadband
will be field adjusted by the MFSS to provide for maximum storage utilization.
C. Provide for storage of historical data on an adjustable file period of daily,weekly,
monthly, quarterly, or yearly period for the purpose of trends or data analysis.
d. Variables, such as rate of flow,weight,and kilowatt usage, shall have their
instantaneous values integrated with respect to time and their quantities totaled. The
storage of each of these totals shall be done on an hourly basis into the historical file.
e. Alarm conditions shall be stored in the historical file. In addition, the last 100 alarms
shall be displayed on the alarm graphic screen. The alarm storage format shall be an
alarm description,time of occurrence, and tag number. In addition,all operator
actions and alarms shall be electronically logged and archived. Immediate access to
the last 100 days of activities shall be provided. Files older than 100 days shall be
archived and stored in the provided recoverable electronic media. L
2. Calculated Variables Processing:
a. Calculated variables shall represent process parameters for which there are no direct
analog inputs to the system. These variables shall utilize Real Variables, and
manually entered constants or laboratory data to compute their value.
13305.doc 13305-2 Section 13305—Application Engineering Services
11/30/2007 !
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. There shall be two types of calculated variables defined:
(1) Calculated Variables which utilize one or more Real Variables and/or manually
entered constants. These variables shall be treated in the same manner as Real
Variables and shall have the same attributes as Real Variables(including
alarming and control),with the exception that the calculation shall be performed
automatically every time the real variables update.
(2) Calculated Variables which are used only for the Daily,Monthly,and Annual
Operation Summary reports,and which utilize laboratory input data shall be
computed once a day for inclusion in the Daily report and stored for use in the
Monthly and Annual reports. The capability to display these variables shall be
provided.
3. Manual Input Data Handling
a. The application software shall provide the capability to enter data manually from any
operator's monitor screen/keyboard. This data shall consist of additional values for the
current data file(e.g., laboratory analyses), inserting alarm limits, set point changes,
adjustments to process constants,Control System set point changes and system tuning
parameter adjustments.
b. All manually entered data shall be entered and stored in the appropriate engineering
units. All data entered shall be displayed for confirmation on the data entry device
- prior to incorporation to the data base.
4. Monitor Screen Displays
a. All displays shall contain and continuously update the displayed process variables,
date and time of day. All process values shall be displayed in engineering units. All
displays shall incorporate references to both instrumentation tag numbers and plant
equipment numbers.
b. The monitor screen displays shall make maximum use of the colors available. Colors
for status such as open/close, start/stop shall be the same as the indicators on the local
control panels.
C. The monitor screen displays shall be interlinked for easy and direct operator call up.
They shall be available for viewing by either entering the display name(via keyboard)
or via a"hot spot" on the current display screen(via mouse driven cursor movement
and pick button). (Example,The Area display shall be linked to all subordinate Loop
displays such that picking the"hot spot"will call up the more detailed Loop display.)
All displays should have "hot spots",for, at a minimum,the Alarm Summary display
and Master display.
d. The system shall allow the operator to manually control the status of pumps,valves,
etc.,via either keyboard entry on the currently displayed graphic screen. The status
change shall require a secondary acknowledgment(action confirmation)by the
operator before the status is processed.
13305.doc 13305-3 Section 13305—Application Engineering Services
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
e. Index displays: Display shall be provided as a guide to the available display options.
The Index displays shall be a complete and logical listing of the names and number of
all screens.
f. Graphic displays: The display shall depict basic process schematic diagrams with
representative symbols for pumps,tanks,etc.,combined with real time process —
variables or conditions. The equipment represented on the display shall be suitably
titled for identity. 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.) The data shall be
identified on the display by its name and tag number. All of the current data in the
data base shall be available for graphic displays. It shall be possible to easily modify
an existing display or generate a new display. The graphic displays shall consist of a
single master plant flow schematic and multiple subscreens detailing specific plant
systems or elements. The process graphic displays shall be comprised of Master, Area _
and System displays. The Master and Area displays shall show general graphic
representations of the facility covered with general equipment,alarm,analytical
summaries and control capabilities. The System display shall detail all relevant
aspects of the individual equipment or System(i.e.,an individual Pump). The intent
is to provide the operator with an overview(Master)with the capability to "zoom in"
on a process (Area)or a piece of equipment(System)as necessary. The following
display standards shall be followed:
(1) Events: Indicates the event to each monitor screen and printer(if selected)-
Black/white status line text.
(2) Alarms: Alarm to each monitor screen and printer-Red status line text.
Acknowledge to each monitor screen and printer-Green status line text. Reset
to each monitor screen and printer-White status line text.
(3) Status:Equipment symbol-Red-stopped with "OFF"text. —
Equipment symbol-Green-running with "ON"text.
Equipment symbol-Flashing Amber-failed, solid-amber when acknowledged
with "FAIL"text.
(4) Piping: Piping shall change color to indicate flow verses no flow condition.
Color scheme shall be as follows. Owner shall provide additional colors for
unassigned processes flow.
(a) Black-Text, outlines.
(b) Lt. Gray-Background,filled tanks background.
(c) Gray-Piping with valves closed for no-flow.
(5) Valves: The color scheme described shall be followed.
Full Open-Green when flowing. Same for modulating gates and valves. —
13305.doc 13305-4 Section 13305—Application Engineering Services
11/30/2007 `
City of Fort Worth
Northwest WTP—Membrane Filtration System
Full Closed-Red
Opening In-Progress-Flashing green(open/close service only)
Closing In-Progress-Flashing red(open/close service only)
Modulating Valves-%Open Digital Graphic position indication
Failed-Flashing Amber- Solid amber when acknowledged
g. Alarm summary display:The display shall consist of all points currently in alarm,and
shall include the tag number,description,time of occurrence,present status(high,
low,normal,etc.). The alarm summary shall identify alarm points by severity(event,
attention,caution, and urgent)by utilizing distinct colors for each severity category.
The severity classification shall be easily changeable by the Owner. It shall be
possible to acknowledge all alarms displayed,a series of alarms, or an individual
alarm from all alarm displays and subdisplays.
h. System status displays: The displays shall summarize all error status of all devices in
the system capable of reporting errors to the CPU(i.e.,printers,communication
devices,etc.). The display shall indicate if an error is detected or a failure occurs. It
shall also allow assignment of those items capable of acting as back-up to other
devices. These displays shall be used primarily for maintenance purposes.
i. Single Point Configuration/Status Displays: The configuration/status displays shall be
of the software vendors standard format.
1.07 WARRANTY
A. Provide equipment warranty per section 01740 and provisions referenced herein.
1.08 FINAL SYSTEM DOCUMENTATION
A. Refer to Section 13300.
PART 2 PRODUCTS(NOT USED)
PART 3 EXECUTION
3.01 TESTS(GENERAL)
A. Refer to Section 13300.
3.08 TRAINING
A. Refer to Section 01715 and 13300.
13305.doc 13305-5 Section 13305—Application Engineering Services
11/30/2007
t
City of Fort Worth
Northwest WTP—Membrane Filtration System
3.08 PREVENTIVE MAINTENANCE
A. Refer to Section 13300.
END OF SECTION
13305.doc 13305-6 Section 13305—Application Engineering Services
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 13310
PROGRAMMABLE LOGIC CONTROLLER(PLC)BASED CONTROL SYSTEM
- PART1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment, and incidentals required for operation,and test the PLC
based Control System,hereinafter termed the System as specified.
B. Equipment, materials, and services shall be supplied in accordance with the general requirements
defined in Section 13300.
C. The MFSS shall provide equipment, materials, software,calibrations,training,and services that
are required to successfully interface and interconnect the System and associated equipment that
are specified or provisions of these specifications for the purpose of providing a fully integrated
and functional control system as specified.
D. The MFSS shall furnish and install cabling and cable accessories, including tools necessary for
v connecting the System and peripherals,PLCs, Operator Workstations, network, and input/output
devices.
E. The MFSS shall furnish startup,training, and system check-out services.
F. The MFSS shall provide assistance and coordination with the Process Control System Supplier
- (PCSS)who is providing a new SCADA Water Plant control system under a separate contract.
F. Omission of a specific electrical or electronic item obviously necessary for the proper functioning
- of the equipment shall not relieve the MFSS of the responsibility of furnishing and installing the
item at no additional cost to the Owner.
1.02 RELATED WORK
A. Refer to Section 13300.
1.03 SUBMITTALS
A. Refer to Section 13300.
1.04 REFERENCE STANDARDS
4 A. Refer to Section 13300.
1.05 QUALITY ASSURANCE
A. Refer to Section 13300.
13310.doc 13310-1 Section 13310—Programmable Logic Control
(PLC)Based Control System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.06 SYSTEM DESCRIPTION
A. Refer to Section 13300.
1.07 DELIVERY, STORAGE AND HANDLING
A. Refer to Section 13300.
1.08 PROJECT/SITE REQUIREMENTS T
A. Refer to Section 13300.
1.09 MAINTENANCE
A. Tools _
1. Refer to Section 13300.
B. Test Equipment
1. Refer to Section 13300.
C. Spare Parts
1. Refer to Section 01750.
1.10 WARRANTY
A. Refer to Section 13300.
1.11 FINAL SYSTEM DOCUMENTATION —
A. Refer to Section 13300.
PART 2 PRODUCTS
2.01 GENERAL
A. Refer to Section 13300.
B. 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. Regulators and
power supplies required for compliance with the above shall be provided. Where equipment
requires voltage regulation,constant voltage transformers shall be supplied.
C. Materials and equipment used shall be U.L.approved wherever such approved equipment and
materials are available.
D. The System shall be designed and constructed to withstand the demands of real time process
management and control. �-
13310.doc 13310-2 Section 13310—Programmable Logic Control
(PLC)Based Control System
11/30/2007
w
City of Fort Worth
Northwest WTP—Membrane Filtration System
2.02 OPERATOR INTERFACE TERMINAL(OIT)
A. General
1. The MFSS shall provide a temporary Personal Computer Operator Interface(Hardware and
Software)to assist the MFSS in all startup,testing and checkout activities. This temporary
Personal Computer is intended to harbor all temporary historical archiving,temporary
operator interface(database,process graphics, etc.)and is intended to be removed by the
- MFSS upon completion of the PCSS Functional Demonstration Testing(FDT)of the new
SCADA control system,which is provided under a separate contract. The design intent is
for the new SCADA control system to provide all historical archiving and monitoring
and/or control functionality at the HMI level. All historical files collected by the temporary
Personal Computer shall be moved to the new SCADA control system. The MFSS shall be
responsible for assisting and coordinating with the PCSS to move the temporary historical
files, temporary operator interface(process graphics), and the overall HMI functionality of
membrane control system to the new SCADA control system.
2. The temporary Personal Computer shall be configured by the MFSS to provide graphic
representation of membrane systems controlled and monitored with alarms, indications and
controls as specified herein, and recommended and approved by the MFSS.
4 3. The new SCADA HMI software platform has yet to be selected by the Owner but is
expected to be GE Fanuc's Proficy iFIX HMI/SCADA Software for windows or RSView
by Rockwell Automation. The MFSS shall be notified after award of the specific HMI
software platform that will be provided with the new SCADA Water Treatment Plant
control system.
4. The OIT's provided are intended to provide a local configuration interface to the membrane
control system. The OITs shall be a GE FANUC QuickPanel-View 12 inch TFT, model
IC754VSI I2CTD or Approved equal.
5. The OIT shall be provided with the following features.
a. Screen size—a minimum of 12.1-in diagonal, 800 x 600.
b. Screen type—This Film Transistor(TFT).
C. Graphics—Animated objects, alphanumeric variables, bar graphs,gauges,enumerated
lists, imported bit maps.
d. Memory—Maximum memory available.
e. Application pages.
f. Alarm pages,
g. Application and firmware storage—PCMCIA TII card.
h. Transmission medium—Asynchronous serial link RS232/RS485/RS422.
13310.doc 13310-3 Section 133 10—Programmable Logic Control
(PLC)Based Control System
l l/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
i. Serial Port#1 —Asynchronous serial link RS232/RS485.
j. Serial Port#2—Not included with VSI version.
k. Ethernet Lan Port#1: 10/100 Mbps.
I. Ethernet Lan Port#2: Not included with VSI version.
M. Miscellaneous—Complete set of cables,mounting hardware,and all accessories —
required for a complete operating installation.
n. OIT Configuration software—The MFSS shall provide one software copy with full
documentation and manual,and accessories as required for a complete operating
system.
2.03 PROGRAMMABLE LOGIC CONTROLLER(PLC)
A. Hardware
1. Major hardware components of the PLC portion of the Control System shall include:
a. Redundant Central Processing Unit(CPU).
b. Redundancy memory exchange units as required for redundancy functionality.
C. Input/Output Modules.
d. Communications Equipment. —
e. Power Supply and Chassis
2. General
a. The PLCs shall communicate between the MFSS provided OIT,the new plant _
SCADA server/operator workstations and field mounted transducers, switches,
controllers,and process actuators. Communications shall be via the CPU embedded
Ethernet port.
b. All components of the PLC system shall be of normally recognized industry standards
and regularly sold for industrial installations. All components shall be assembled by _
the PLC manufacturer 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.
C. 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. R
d. Electrical supply voltage to the PLC shall be 115VAC±15%,48-63Hz. PLC system
power supplies shall be fused for overload protection.
13310.doc 133104 Section 13310—Programmable Logic Control
(PLC)Based Control System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
e. Each PLC (including all 1//0)shall be powered from the UPS power conditioning
system specified herein.
f. The PLC shall be capable of stand alone operation in the event of failure of the
communication link to the operator workstations.
g. 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.
h. The PLC manufacturer shall provide operating instruction manuals with adequate
information pertaining to the following:
} (1) System specifications
(2) Electrical power requirements
(3) Application considerations
(4) Assembly and installation procedures
(5) Power up procedures
(6) Troubleshooting procedures
(7) Programming procedures
(8) Explanation of internal fault diagnostics
(9) Shut down procedures
(10) Recommended spare parts list
i. The MFSS shall provide a network of field sales and support personnel located in
major cities throughout the United States. The MFSS shall also provide a field service
department with experienced representatives stationed in major cities with the
capability to provide telephone consultation,prompt on-site service,and field
replacement stock.
j. The MFSS shall provide product application assistance by trained and experienced
engineers to assist the Owner with program and system development through
telephone consultation and on-site check-out,debug,and start-up assistance.
k. Modules are defined herein as devices which plug into a chassis and are keyed to
allow installation in only one direction. The design must prohibit upside down
insertion of the modules as well as safeguard against the insertion of a module into the
wrong slot.
13310.doc 13310-5 Section 13310—Programmable Logic Control
(PLC)Based Control System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
I. In a single chassis system all system and signal power to the CPU and support
modules shall be distributed on a single motherboard or backplane. No
interconnecting wiring between these modules via plug-terminated jumpers shall be
acceptable.
In. All system modules, main and expansion chassis shall be designed to provide for free
air flow convection cooling. No internal fans or other means of cooling,except heat
sinks, shall be permitted.
n. The programmable controller and all of the corresponding components within the
family of controller products shall be by a company who regularly manufactures and
services type of equipment. _
o. The manufacturer shall have a fully operational quality assurance and quality control
program in place and shall comply with ISO9001 standards for"Quality Systems- _.
Model for Quality Assurance in design/Development,Production, Installation, and
Servicing".
p. The manufacturer or its authorized representative shall provide complete technical
support for all of the products. This shall include headquarters or local training,
regional application centers, local or headquarters technical assistance and a"1-800"
phone line. T
q. All major assemblies and sub-assemblies,circuit boards,and devices shall be
identified using permanent labels or markings,each of which indicates the
manufacturer's catalog number and a product manufacturing date code.
r. The PLC hardware platform has yet to be selected by the Owner but is expected to be the latest version of either Allen-Bradley(Contrologix platform)or Modicon Quantum
(Unity Platform). The MFSS shall be prepared to provide either platform. The MFSS
shall be notified after award of the specific PLC hardware platform to provide with the
membrane Control System.
3. Central Processing Unit(CPU) _
a. General
(1) The CPU shall be at a minimum a 16-bit microprocessor that provides system
timing and is responsible for scheduling 1/0 updates,no user programming
required to ensure discrete or analog update. It shall execute user relay ladder
logic programs,communicate 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.
(2) 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 with user program(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
13310.doc 13310-6 Section 13310—Programmable Logic Control
(PLC)Based Control System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
memory. Both logic and data word functions are executed in the order they
appear in the user program. As each rung of logic is solved,the results shall be
available to any 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 ladder logic subroutines that execute
only when called. The PLC shall allow analog and discrete points to be updated
immediately within the scan as the discrete or analog value is called in the
ladder logic program.
(3) The central processing unit shall be a single printed circuit board utilizing
surface mount technology. The CPU shall plug directly into the I/O base and
require no additional wiring to the base,power supply or the I/O.
(4) The CPU shall be available with a floating point coprocessor option.
(5) The CPU shall be supplied with a battery backed time of day clock and
calendar.
4. Input/Output Modules(I/O)
a. General
(1) The I/O count and type shall be determined by the MFSS as required to
implement the functions specified plus an allowance for active spares as noted
below.
(2) Each I/O drop or I/O location shall include 20 percent(minimum of 4)active
input points(both DI and AI)and 20 percent(minimum of 4)active outputs
points(both DO and AO)for future use. The spares shall be the same type of
I/O modules supplied. 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 and the termination cabinet in the order that they occur on the
I/O modules. Termination of all spares at the end of the termination cabinet
terminal strips shall not be acceptable.
(3) Minimum isolation between input/output and logic voltage shall be 2500V
RMS per NEMA standards via opto-isolation.
(4) All outputs shall have field replaceable fuse protection and blown fuse
indicators.
(5) I/O modules shall be plug-in mounted to the I/O mounting bases. I/O modules
shall be designed to allow insertion at any point on the mounting base.
(6) Field wiring terminal blocks shall be pull apart type if mounted on the 1/0
modules or mounted on the I/O mounting base to allow I/O module replacement
without disconnection of the field wiring. All field wiring terminal blocks shall
be 300V minimum NEMA rated,and accommodate no less than two(2)#14
gauge wires.
13310.doc 13310-7 Section 13310—Programmable Logic Control
(PLC)Based Control System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(7) 1/0 module usage shall comply with the following table unless noted otherwise:
1/0 Tvne Module Twe
Analog input 4-20 ma(remote power supply)
Analog output 4-20 ma(remote power supply)
Discrete input 115 VAC(individually isolated)
Discrete output Relay
Discrete output 115 VAC(isolated in groups of 4)
(8) The 24 VDC power for powering analog instrument loops shall be provided by
the MFSS 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.
(9) 120 VAC power for discrete input and outputs shall be provided from the
associated motor starter control circuit(when used with motor starters)or other _
120 VAC source(when 1/0 is not associated with a particular motor starter).
(10) Surge protection for outputs driving coils, solenoids,etc., shall be provided by
the MFSS as required. !
(11) Where multiple mechanical components are provided for process redundancy,
their field connections to 1/0 modules shall be arranged such that the failure of a
single 1/0 module will not disable all mechanical components of the redundant
system(i.e., inputs for Sludge Pump No. 1 on one input card, inputs for Sludge
Pump No. 2 on another input card). -
(12) 1/0 modules shall contain a maximum of 16 points per card.
(13) The 1/0 points shall be optically isolated and capable of withstanding low
energy common mode transients of 1500 volts peak.
b. Discrete 1/0
(1) The AC discrete outputs(115 VAC type)shall be rated at 1.0 amp minimum n
continuous,with maximum inrush of 10 amps for 16 msec, and 5 amps for 100
msec. These type outputs shall be used for status indicators or resistive loads.
(2) AC relay type outputs shall be Form-C type(both NO and NC contact)and shall
be rated for 5.0 amps continuous. These type outputs shall be used on all MCC
circuits or other inductive loads.
(3) Each discrete input and output shall have an LED or other visible indication of
on/off status.
C. Analog 1/0
(1) All of the above inputs and outputs shall have at least 12 bit resolution(i.e.,to 1 --
13310.doc 13310-8 Section 13310—Programmable Logic Control
(PLC)Based Control System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
part in 4096)and relative total accuracies within .025%of full scale. All analog
signals shall be isolated-no single ended or common analog signals shall be
allowed.
5. Power Supply and Rack
a. The UO chassis shall provide for directly mounting the CPU,power supplies,
communication modules,and the UO modules. Racks shall be available for direct
mounting in a 19-inch rack or alternatively, flush or surface mounted. UO racks shall
have at least the number of UO slots to accommodate any mixture of analog,digital or
special function modules.Modules shall be electrically isolated from each other(as a
minimum 1500 VDC)allowing mixed voltages on the same UO rack. The rack shall
f also allow for mounting both analog and digital UO modules on the same 1/0 rack.
Each rack shall operate as either a CPU or expansion rack.
b. The power supply shall operate on 120V,AC, 60 Hz, single phase to power the CPU,
communication cards,and other cards in the main equipment mounting chassis.
Power supply shall include fuse and fuse holder which is accessible without requiring
removal of power supply from 1/0 chassis.
C. The power supply shall operate at the following:
(1) 120 VAC rms plus or minus 15%continuously
(2) 120 VAC rms plus or minus 30%maximum, 30 seconds
(3) 120 VAC rms plus or minus 100%,maximum 17 milliseconds
(4) Line spikes at 100 VAC(5000 microseconds duration); 0.5 per cent maximum
duty cycle.
d. A single main power supply shall have the capability of supplying power to the CPU
and local input/output modules. Auxiliary power supplies shall provide power to
remotely located racks.
e. The power supply shall not consume an available 1/0 slot.
y f. The MFSS shall size all power supplies to provide adequate power for the 1/0 plus
enough reserve capacity to power all possible future UO modules which could be
mounted in the chassis.
2.04 COMMUNICATION NETWORKS
- A. General
1. The MFSS shall furnish and install a complete IEEE 802.3 compliant Ethernet Local Area
-• Network(LAN)capable of supporting communications between all PLC's and OITs. The
MFSS shall furnish all necessary cables, face plates,connectors,modems, transceivers,
repeaters,modules, splice kits,etc. required for a complete and operational LAN.
13310.doc 13310-9 Section 13310—Programmable Logic Control
(PLC)Based Control System
— 11/30/2007
City of Fort Worth
Northwest WTP--Membrane Filtration System
2. Alarms shall be provided on each OIT to alert plant personnel of communication link cable
break, stalled or malfunctioning communication director and security disconnect of
malfunctioning remote systems units.
2.05 UO DIRECT CURRENT(DC)POWER SUPPLY
A. Redundant 24 VDC power supplies for powering analog instrument loops,discrete inputs,and
discrete outputs shall be sized and provided by the MFSS as a part of the system. The 24 VDC
power supply shall be derived from the 120 VAC input power circuit to the PLC. If one power
supply fails,the other power supply shall begin supplying the loads with no interruption in 24V
DC service to the field devices.
B. 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. Output over
voltage and over current protective devices shall be provided with the power supply to protect the T
instruments from damage due to power supply failure and to protect the power supply from
damage due to external failure. Transformers shall have primary and secondary fuse protection.
C. 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.
D. Power supplies shall be manufactured by Adtec, Sola, Power One, or approved equal.
2.06 UNINTERRUPTIBLE POWER SUPPLY(UPS)SYSTEM
A. The UPS shall sustain operation of the indicated equipment and shall provide power for an orderly
shutdown to prevent the loss of the System during power failure and shall provide isolation
between the PLC Control System and the plant power system. The following Uninterruptible
Power Supplies shall be provided:
Tag Size(kVA)-Exact sizing is the responsibility of the Supplier
Master Control Panel UPS at least 10 kVA
LCU 1 UPS at least 1.5 kVA
LCU 2 UPS at least 1.5 kVA
B. The UPS shall consist of a ferroresonant transformer,a microprocessor controlled static inverter,
precision 3 step battery charger, batteries to store emergency power,a detachable keypad,an _
electronic digital meter, and an integrally mounted manual isolated break before make bypass
switch.
C. Under normal operating conditions, the critical load shall be powered by normal AC line supply
that has been filtered through the ferroresonant transformer. When AC line power is present,the
inverter shall be off and the battery charger shall be off if the batteries are fully charged. When
AC line power fails,or goes out of tolerance,the inverter shall supply AC power to the
transformer from the batteries. There shall be no measurable break in the output of the system
during transfer from normal AC line supply to the inverter battery supply or back to line.
1. The UPS system shall be sized to sustain 1.5 times the connected full load for a minimum
period of 30 minutes in an operating environment of 32T to 104°. Exact sizing is the
responsibility of the Supplier.
133 10.doc 13310-10 Section 133 10—Programmable Logic Control
(PLC)Based Control System
l l/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. The UPS system shall be lightning and surge tested per ANSMEEE C62.41 and shall be
capable of reducing an input spike to less than 3 volts on the output for a 2000 to 1 spike
attenuation. The UPS system shall have 120 dB common mode and 60 dB Transverse mode
noise attenuation.
— 3. The UPS system shall provide a true separately derived power source as defined in the NEC
article 250-5d with output neutral bonded to ground. There shall be no direct connection
between input and output and less than 2 pf of effective input to output capacitance.
4. The UPS system output shall be regulated to 120 VAC+3%, 60 HZ±0.5 HZ over the full
dynamic range from no load to full load and low line VAC to high line VAC and low battery
voltage to high battery voltage.
5. The UPS system shall provide computer grade sine wave power with 5 percent or less total
harmonic distortion.
6. The UPS system capacity shall be rated in volt amperes(VA)while loaded with typical
computer grade switch mode power supplies having a power factor of 0.6 to 0.7 and crest
factor of 2.7 to 3.5.
7. The UPS system shall have an efficiency of at least 90%when operated from AC line.
8. The UPS system shall have built-in self-diagnostic monitoring capable of monitoring as a
minimum AC volts in/out,AC current in/out,battery voltage,VA load, watts,power factor
-- percent of full load,time of day, system hours, inverter hours and projected run time
available. Unit shall have two normally open relay contacts for remote alarm condition
reporting. The MFSS shall connect all available status contacts to the control system.
9. The UPS system shall have a dual track redundant configuration that utilizes either line or
inverter output for power and shall be designed to meet or exceed a MTBF of 100,000
hours.
10. All cables and connectors for power distribution to the system components shall be
furnished and installed under this contract.
11. UPS systems greater than 3 kVA shall be provided with an input voltage shall be 240 VAC,
1 phase, 60 Hertz,all others shall be provided 120 VAC, 1 phase, 60 Hertz. The MFSS shall
— coordinate the input voltage and neutral requirements with the electrical contractor before
ordering the UPS.
— 12. The system batteries shall be sealed, no maintenance type rated for 100 amp hour at 12
VDC.
y 13. The MFSS shall provide sizing data on the UPS listing all loads and calculations required
for sizing the UPS system for Engineer review and approval. The MFSS shall provide test
data on the UPS to show conformance with these specifications including,but not limited to,
— full load back-up time, half load back-up time, efficiency at full load,output
voltage/frequency regulation during adverse input power conditions,etc. The UPS system
shall be Smart-UPS as manufactured by American Power Conversion to match existing UPS
= and battery pack.
13310.doc 13310-11 Section 13310—Programmable Logic Control
(PLC)Based Control System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
14. All UPS systems used to power operator workstations with direct PLC communications or
network servers shall be connected to the Ethernet network. All personal computers and
servers connected to the UPS shall perform an orderly shutdown in the event of UPS failure.
In addition,all UPS operation and performance information shall be available and displayed
at the DCS.
PART 3 EXECUTION
3.01 GENERAL INSTALLATION
A. The MFSS shall furnish labor, materials,equipment, and incidentals required to install the system
in accordance with specification section 13300 and as specified herein.
B. The MFSS 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 MFSS shall be responsible
for providing all necessary system grounding to insure 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
shall 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.
3.02 TESTS(GENERAL)
A. Refer to Section 13300.
3.03 UNWITNESSED FACTORY TEST(UFT)
A. Refer to Section 13300.
3.04 WITNESSED FACTORY TEST(WFT)
A. Refer to Section 13300.
3.05 OPERATIONAL READINESS TESTS(ORT)
A. Refer to Section 13300.
3.06 FUNCTIONAL ACCEPTANCE TEST(FAT)
A. Refer to Section 13300.
3.07 30-DAY SITE ACCEPTANCE TEST(SAT)
A. Refer to Section 13300.
13310.doc 13310-12 Section 13310—Programmable Logic Control
(PLC)Based Control System
11/30/2007
City of Fort Worth
Northwest WTP--Membrane Filtration System
3.08 TRAINING
,. A. Refer to Section 13300.
3.09 PREVENTIVE MAINTENANCE
A. Refer to Section 13300.
_ END OF SECTION
.f
13310.doc 13310-13 Section 13310—Programmable Logic Control
(PLC)Based Control System
on 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE INTENTIONALLY LEFT BLANK
13310.doc 13310-14 Section 133 10—Programmable Logic Control
(PLC)Based Control System
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 13315
PROCESS INSTRUMENTATION AND CONTROLS -PRODUCTS
PART 1 GENERAL
1.01 SCOPE OF WORK
A. This section covers the furnishing, installation, and services for the field-mounted instruments and
analyzers,major systems,panels,and subassemblies
B. Refer to Instrumentation General Provisions, Section 13300.
-- 1.02 RELATED WORK
A. Refer to Section 13300.
1.03 SUBMITTALS
A. Refer to Section 13300.
1.04 REFERENCE STANDARDS
x A. Refer to Section 13300.
1.05 QUALITY ASSURANCE
A. Refer to Section 13300.
1.06 MAINTENANCE AND TEST EQUIPMENT
A. In addition to the tools and test equipment specified in section 13300,provide the following
complete with carrying cases,patch cords,etc.
1. One hand held smart transmitter calibrator provided by the transmitter manufacturer to
calibrate all smart field transmitters provided.
2. 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.
3. Provide other spare parts as indicated on the individual device specifications.
PART 2 PRODUCTS
- 2.01 FIELD MOUNTED INSTRUMENTS
A. The Engineer shall determine whether a product is an"or equal"based upon the information listed
T herein and the manufactures data sheets regarding the models specified. Alternate equipment must
13315.doc 13315-1 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
meet the criteria listed herein and any additional information in the manufactures data sheets in
order to be accepted as an"or equal".
B. Magnetic Flowmeter
1. Flow Element a
a. Type:
(1) Pulsed AC electromagnetic induction type and shall provide a signal which is
linear to the liquid flow rate.
b. Functional/Performance:
(1) Power requirements-Match to converter/transmitter. -
(2) Accuracy-Plus or minus 0.5 percent of rate(including converter/transmitter).
(3) Temperature rating-Suitable for process liquid temperature up to 70 degrees C
and an ambient of 65 degrees C.
(4) RFI protection-Provide RFI protection.
(5) Pressure rating-240 PSI if 150 lb flanges are used, 700 PSI if 300 lb flanges -
are used.
(6) Additional-Meter shall be capable of running empty indefinitely without
damage to any component.
C. Physical: -
(1) Metering Tube: Carbon steel unless otherwise indicated. Stainless steel on all
sludge applications. -
(2) Flanges: ANSI 150 lb,carbon steel unless otherwise indicated. Provide 316
stainless steel on all sludge applications. Flangeless wafer type may be used if
compatible with adjacent piping.
(3) Liner-Polyurethane unless noted otherwise. Hard Rubber for sedimentation
sludge applications.
(4) Electrodes-316 stainless steel,bullet nosed or elliptical self cleaning type
unless otherwise noted.
(5) Housing-Meters in below grade vaults,basements,etc.,shall be designed for
accidental submergence in 30 feet of water for 24 hours. Meters above grade
shall be of splash proof/drip proof design unless otherwise noted. Where
hazardous areas are indicated,the equipment shall be rated for that area.
13315.doc 13315-2 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(6) Painting-All external surfaces shall be painted with a chemical and corrosion
resistant epoxy finish.
d. Accessories/Options Required:
(1) Factory calibration-All meters shall be factory calibrated. A copy of the report
shall be in the O&M manual.
(2) Grounding-Meter shall be grounded per the manufacturers recommendation.
Provide ground ring,ground wires,gaskets,etc.,as required or as otherwise
noted. All materials shall be suitable for liquid being measured.
e. Manufacturers:
(1) ABB Instruments—Magmaster Plus
(2) Endress+Hauser—Promae 50/30 Series
(3) Rosemount-Emerson 8700 Series
(4) Approved Equal
2. Flow Converter/Transmitter
a. Type:
(1) Match to flow element.
b. Functional/Performance:
(1) Power requirements- 120V AC plus or minus 10 percent.
(2) Accuracy-As defined for flow element.
(3) Temperature-minus 25 degrees C to plus 65 degrees C.
(4) Output- Isolated 4-20 mA into 0-1000 ohms.
C. Physical:
(1) Housing-NEMA 4X wall mount. For outside mounting,transmitters shall be
protected by aluminum sun shields.
d. Accessories/Options Required:
(1) Cable-Provide signal cable between magmeter and signal converter.
(2) Indicator-Provide local indicator with scale engraved 0-I00 percent which
indicates actual converter output signal.
13315.doc 13315-3 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(3) Totalizer—Provide a seven digit,non-reset totalizer on the face of the
enclosure, and a scalable pulse output to drive the totalizer. The totalizer
multiplier shall be a power of 10.
(4) Zero Return Unit—Provide a zero return unit. The unit shall be powered from
the converter/transmitter,and may be mounted in a separate NEMA 4X
enclosure,the device shall drive the magmeter output to 4 mA DC on no flow
conditions.
e. Manufacturer:
(1) Supplied with flow element. `
C. Ultrasonic Level Meter
1. Sensor
a. Type:
(1) Non-contact, hermetically-sealed sensor. Approved to be used in Classes I, II
and ITI,division 1,2,and Groups A,B,C,D,E,F,and G.
(2) Electronic pulse output.
(3) Bracket,NPT,or Flange Mounting.
(4) Chemically resistant face construction. _
b. Operational/Functional:
(1) Sensor shall be potted/encapsulated in a chemical and corrosion resistant PVC
or CPVC housing. Sensors shall be capable of being completely submersed
without damage.
(2) Temperature limits-minus 22 degrees F to plus 150 degrees F.
(3) Relative humidity-0 to 100 percent.
(4) Sensors shall be provided with automatic air temperature and density
compensation. R
(5) Sensors shall be provided with a maximum range capable of measuring the full
height of the storage vessel.
(6) Sensors shall be isolated from medium by a Teflon gasket.
13315.doc 13315-4 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(7) It shall be possible to locate the sensor 100 feet from the level transmitter. All
necessary cabling connecting the sensor to the remote mounted transmitter shall
be supplied.
C. Physical:
(1) Sensors located in areas where freezing condensation may occur shall be
provided with special heaters or other type of transducer protection designed to
prevent sensor icing.
(2) Sensors shall be suitable for surface,pipe,or flange mounting.
d. Options/Accessories Required:
(1) The MFSS shall be responsible for coordinating all sensor mounting
requirements and shall furnish dimensional and elevational drawings to ensure a
proper and satisfactory installation.
e. Manufacturer:
R (1) Seimens/Milltronics,HydroRanger 200, Transducers shall be Echomax Series.
(2) Endress+Hauser Prosonic FMU 800 series with FDU series transducers.
(3) Approved Equal
- 2. Transmitter/Converter
a. Type:
(1) Microprocessor based device which coverts the sensor output signal to a
selectable volume, flow,or level output.
b. Functional/Performance:
- (1) Temperature limits- Units furnished with NEMA 12 enclosures shall be rated
30 degrees F to 120 degrees F. Units furnished with NEMA 4X enclosures
shall be provided with internal space heaters and thermostats and shall be
y suitable for temperatures of minus 15 degrees F to plus 120 degrees F
(2) Accuracy- Shall be plus or minus 0.25 percent for the transducer and converter.
(3) Transmitter shall ignore momentary loss-of-echo signals and shall indicate loss
of echo on the transmitter unit.
(4) Output-Isolated 4-20 ma linear to the specified engineering units and a
minimum of 4 form"C" SPDT 5 amp contacts whose actuation is completely
- user programmable.
13315.doc 13315-5 Section 13315—Process Instrumentation and Controls
Products
l 1/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
(5) Power requirements- 120V AC, 60 Hz.
(6) Display-4 digit LCD, scaled to read in engineering units of flow, level,or
volume as applicable. Each relay status to be indicated by an individual LED.
(7) Programmable parameters to be protected using E2PROM-battery backup
protection is not acceptable.
(8) All required device programming interface equipment is to be provided.
(9) Where ultrasonic signal interference is prevalent,each level transmitter shall y
utilize the necessary hardware/software to synchronize level
element/transmitter(s).
C. Physical: -
(1) Provide NEMA 4X enclosures. Units mounted outside shall be provided with _
aluminum sun shields.
d. Options/Accessories Required:
(1) Provide sensor interconnecting cable between sensor and transmitter.
e. Manufacturers:
(1) Supplied with sensor.
D. Float Switch-Fixed Mount
1. Type: -
a. Ball float switch.
2. Functional/Performance:
a. Differential-Less than one inch.
b. Switch Rating-20 amps at 120V AC, 10 amps at 240V AC.
3. Physical:
a. Float-316 stainless steel, 5-1/2-in diameter.
b. Switch-Totally encapsulated switch(non-mercury).
C. Cable-Heavy duty, PVC jacketed, integral to float.
13315.doc 13315-6 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
4. Options/Accessories Required:
a. Provide 316 stainless steel adjustable clamp tubes,pipe brackets and U-bolts.
b. The floats shall be mounted on a vertical one-inch stainless steel pipe with all stainless
steel hardware.
C. The lead wire shall be a waterproof cable of sufficient length so that no splice or
junction box is required in the wet well.
w d. Provide cast aluminum weatherproof junction box outside the wet well with terminals
for all floats and tapped as required for conduit connections.
_ 5. Manufacturers:
a. Flygt
b. Grainger
C. Approved Equal
E. Differential Pressure Transmitters
I. Type:
a. Microprocessor based, intelligent type.
b. Diaphragm actuated.
C. "Smart"electronics.
2. Functional/Performance:
a. Accuracy-0.1 percent of span(linear output).
.. b. 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.
C. Power Requirements-Loop powered,two wire type.
d. Output-4-20 mA DC. "Smart"output shall be usable 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 a 4-20ma signal, conforms to HART
protocol.
e. RFI Protection-0.1 percent error between 27 and 500 MHZ at 30 v/m field intensity.
13315.doc 13315-7 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
PM
City of Fort Worth
Northwest WTP—Membrane Filtration System
f. Drift-0.10 percent per 6 months for 4-20 mA output.
g. Sensor Technology—Sealed capacitance actuated by a diaphragm.
h. Over range Protection-Provide positive over range protection.
3. Physical:
a. Electrical Classification-Intrinsically safe for Class I and Class H, Division 1
locations.
b. Enclosure-NEMA 4X.
C. Sensor Diaphragm Isolating Material—Type 316L stainless steel or ceramic.
PM
d. Gaskets-Teflon.
e. 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.
4. Options/Accessories Required:
a. Provide span and zero adjustment at each transmitter. --
b. Provide local indication at each transmitter,with either analog gauge or LCD readout.
Scale shall be in engineering units. —
C. Provide hand held programmer(s)as specified under tools and test equipment.
d. For each transmitter provide a model SBZ43 multimatic manifold as manufactured by
D/A MFG Co., Inc,and mounting brackets as required. The manifold shall be 316
stainless steel and provide the following modes of operation:
(1) Normal Mode
(2) Zeroing Mode
(3) Isolation Mode y
(4) Calibration Mode
(5) Blowdown Mode
5. Manufacturers:
a. Rosemount 1151, -DP, GP,or AP series
13315.doc 13315-8 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. In order to maintain compatibility with City standards,there are no approved equals
for the pressure or differential pressure sensor and transmitter equipment listed under
this paragraph.
F. Pressure Switch
1. Type:
a. Diaphragm actuated.
2. Functional/Performance:
a. Repeatability-Better than 1.0 percent of pressure.
b. Set Point-Field adjustable and set between 30 and 70 percent of the adjustable range.
C. Dead band-Adjustable
d. Reset-Unit shall be of the automatic reset type.
-- e. Over range Protection-Provide over range protection to maximum process line
pressure.
'— f. Switch Rating-250V AC at 10 amps;and 30V DC at 5 amps.
3. Physical:
a. Housing-NEMA 4X.
- b. Switching Arrangement-Provide double pole double throw(DPDT)switches.
C. Wetted Parts-Teflon coated diaphragm,Viton seals, stainless steel connection port.
d. Connection Size- ''/2-in NPT.
4. Accessories/Options Required:
a. Shutoff Valve-Provide process shutoff valve which can be used as an adjustable
pressure snubber.
5. Manufacturers:
a. Static-O-Ring(SOR)
b. United Electric
C. Ashcroft
13315.doc 13315-9 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
d. Mercoid
G. Diaphragm Seal- Planar
1. Type:
a. Thread Attached.
b. Upper and lower housing with circular planar diaphragm separating process fluid from
instrument components.
C. Welded Metal, bonded elastomer, or bonded thermoplastic Diaphragm. -
2. Operation:
a. Purpose-To protect instruments or gauges from the process medium.
b. Operating Principal-A flexible diaphragm separates process medium and instrument -
element. Space on instrument side of diaphragm is to be completely filled with a
suitable silicone or instrument oil. The process pressure is transmitted by the liquid
filled system to the instrument element.
3. Functional:
a. Filling Screw-Include on all units.
b. Pressure Limits- 1,000 psi.
C. Flushing Connection-Include on all units.
d. Capillary tubing as required. v
4. Physical:
a. Top Housing-Carbon Steel,Cadmium plated.
b. Diaphragm-Type 316 Stainless Steel.
C. Exposed Surfaces-Type 316 stainless steel.
d. Bolts,Nuts and Plugs- 18-8 stainless steel or Type 316 stainless steel.
e. Capillary- '/4-in stainless steel armor shielded.
5. Manufacturer
a. Ashcroft Type 200 diaphragm seal.
b. Approved Equal.
133 l5.doc 13315-10 Section 13315—Process Instrumentation and Controls
Products
l l/30/2007 =
City of Fort Worth
Northwest WTP—Membrane Filtration System
H. Diaphragm Seal-Concentric Flange Mounted
' 1. Type:
a. Line mounted,between two flanges.
b. Flange Drilling conforms to ANSI#125 flange.
C. Carbon Steel Body(non-wetted)with wetted surfaces of corrosion-resistant material.
2. Operation:
a. To protect instruments or gauges from the process medium.
b. Operating principle-a 3600 sensing sleeve separates the process medium from the
instrument element. The volume on the instrument side of the sensing sleeve is
completely filled with sensing liquid. The process pressure is transferred to the
instrument element by the sensing liquid.
3. Functional:
a. Pressure Limit-shall correspond to flange ratings.
b. Inside diameter shall conform to schedule 40 pipe.
C. Bolt drilling shall conform to ANSI 125/150 pound flange and bolting dimensions.
4. Physical:
a. Body material-carbon steel.
b. Process connection—Flanged for piping greater than 2-inch diameter,NPT or flanged
for piping 2-inch in diameter or smaller. Coordinate with piping contractor.
C. Sensing Sleeve-Buna-N.
d. Sensing Liquid-Silicone Oil.
5. Manufacturer
a. Ashcroft Type 80 isolation ring, Type 85 isolation spool, or Type 86 isolation spool.
b. Red Valve Company, Series 40, series 42,or series 742 diaphragm isolators.
b. Approved equal
13315.doc 13315-11 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1. Pressure Gauge
1. Type:
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. Functional/Performance:
a. Accuracy-Plus or minus 1.0 percent of span or better.
3. Physical:
a. Case-Phenolic shock resistant or 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. Bourdon Tube-316 stainless steel.
d. Connection- ''/Z-in NPT.
e. Gauge size-4.5-in minimum.
f. Pointer travel-Not less than 200 degrees nor more than 270 degree arc.
g. Dial—White with black marking.
h. Filling Liquid—Silicone Oil.
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 manufacturers standard is not suitable for the application.
C. Gauges shall be liquid filled at the factory.
5. Manufacturers:
a. WEKSLAR
b. Ashcroft =
13315.doc 13315-12 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C. Approved Equal
J. Turbidity Monitoring Equipment
1. Turbidimeter-Low Range:
a. Microprocessor based,continuously flowing,on-line nephelometric,90 degree light
refractive type turbidimeter capable of transmitting turbidity data on a network and/or
4-20mA signal.
2. Functional performance
a. Accuracy:+/-2%of reading or+/-0.020 NTU(whichever is greater)from 0 to 40
NTU;+/-5%of reading from 40 to 100 NTU. The repeatability of the unit shall be
+/- 1%of the reading.
b. Resolution—The resolution shall be 0.001 NTU
C. Range—The instrument shall be capable of measuring turbidity from 0 to 100 NTU.
d. Stability—The device shall be able to operate within 0 to 40 degrees Celsius and shall
produce accurate readings under 0-95%non condensing humidity conditions.
4 e. Power Requirements— 120 VAC with internal surge protection. The power supply
shall be provided with the turbidimeter.
y 3. Physical
a. The turbidimeter shall have a'/a-inch female inlet with a'/a inch compression fitting.
The drain shall be %inch NPT female with a%inch hose barb.
b. The turbidity monitoring system shall be mounted on an Aluminum plate. The
Aluminum plate shall be mounted on the wall with U-channel standoffs.
4. Accessories Required
'Y a. Controller module
1) The turbidity monitoring system shall include one turbidimter and one interface
controller unit. The controller shall provide a minimum of two 4-20mA
outputs. Each output span shall be programmable over any portion of the 0—
100 NTU range.
2) The controller shall be provided with three set-point alarm,each equipped with
a SPDT relay with un-powered contacts rated 5A resistive load at 230VAC.
3) Manufacturer—Hach,Model sc 100 controller.
b. Adjustable Water Flow Meter
13315.doc 13315-13 Section 13315—Process Instrumentation and Controls
_ Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1) Each Turbidity meter shall be provided with an adjustable water acrylic flow
meter to adjust the sample water flow rate to the Turbidity meter.
2) Manufacturer-Key Instruments, FR4000 Series Model-41,48(2-25 gph), or
approved equal.
C. Shunt/Test Point
1) Provide a Shunt/Test point for each Turbidity 4-20ma signal. The Shunt/Test -
point shall be wired on a standard outlet box which shall be mounted on the
turbidity monitoring system aluminum plate.
2) Manufacturer—Pomona Electronics Model 2143-0(Insulated Double Banana
Jack)and Model 2035-2 (Miniature Double Banana Plug),or approved equal.
5. Manufacturers:
a. The turbidimeter shall be a Hach Model 1720-E.
6. Turbidimeter—Ultra Low Range:
a. Microprocessor based,continuously flowing,on-line Laser Nephelometric,90 degrees
relative to incident monochromatic light beam at 660 run,turbidimeter capable of
transmitting turbidity data on a network and/or 4-20mA signal.
b. Light Source—Class 1 laser product;with embedded 10 mW, 660 nm, class 3B laser
source(complies with 21 CFR 1040.10 and 1040.11. FDA Laser Accession No.
9911570).
7. Functional performance
a. Accuracy:+/-3%of reading or+/-5 mNTU(whichever is greater)from 0 to 1000
mNTU;+/-2%of reading from 1000 to 5000 mNTU.
b. Repeatability: +/- 1.0%of the reading at 24 mNTU;+/- 1.0%of reading at 800
mNTU;and+/- 1.0%of reading at 5000 mNTU.
b. Resolution—The resolution shall be 0.001 NTU
C. Range—0.0000 to 5000 milli-Nephelometric Turbidity Units(mNTU). -
d. Stability—The device shall be able to operate within 0 to 40 degrees Celsius and shall
produce accurate readings under 5-99%non condensing humidity conditions.
e. Power Requirements— 120 VAC with internal surge protection. The power supply
shall be provided with the turbidimeter. R
f. Sample Flow Rate— 100 to 750 mL/min(1.6 to 11.9 Gal/hour)
13315.doc 13315-14 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
8. Physical
a. The turbidimeter shall have a'/4-inch NPT female inlet with a'�/4 inch compression
fitting. The drain shall be %inch NPT female with a%inch hose barb.
b. The turbidity monitoring system shall be mounted on an Aluminum plate. The
Aluminum plate shall be mounted on the wall with U-channel standoffs.
9. Accessories Required
a. Controller module
1) The turbidity monitoring system shall include one turbidimter and one interface
controller unit. The controller shall provide a minimum of two 4-20mA
- outputs.
2) The controller shall be provided with three set-point alarm,each equipped with
a SPDT relay with un-powered contacts rated 5A resistive load at 230VAC.
3) Manufacturer—Hach, Model sc 100 controller.
b. Adjustable Water Flow Meter
3) Each Turbidity meter shall be provided with an adjustable water acrylic flow
meter to adjust the sample water flow rate to the Turbidity meter.
4) Manufacturer-Key Instruments, FR4000 Series Model-41,48(2-25 gph),or
approved equal.
w C. Shunt/Test Point
3) Provide a Shunt/Test point for each Turbidity 4-20ma signal. The Shunt/Test
point shall be wired on a standard outlet box which shall be mounted on the
turbidity monitoring system aluminum plate.
4) Manufacturer—Pomona Electronics Model 2143-0(Insulated Double Banana
Jack)and Model 2035-2(Miniature Double Banana Plug),or approved equal.
10. Manufacturers:
a. The turbidimeter shall be a Hach Model FilterTrak 660 sc Laser Nepheolmeter.
K. Chlorine Residual Analyzer
1. Type:
a. Microprocessor based electronic transmitter/converter with a submersible membrane
type sensor.
13315.doc 13315-15 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. Functional/Operation:
a. Power Requirements- 115 V,60 Hz supply. -'
b. Operating Range- Selectable 0 to 1;0 to 5; 0 to 10 ppm chlorine. Internal battery will
maintain sensor polarization in the case of power failure.
C. Signal Output-Isolated 4-20 mA
d. Accuracy-Plus or Minus 3 percent full scale.
e. Alarms-Two adjustable Form C contact closure alarms rated 5 amps at 24V
DC/250V AC.
f. Response-90 percent in 20 seconds. `
g. Repeatability-0.05 ppm CL.
h. Display-LCD with .7-in high characters.
i. Diagnostics-Shall have built-in self diagnostics and display operational errors and -
equipment malfunctions.
3. Physical: -
a. Transmitter/Converter Enclosure-NEMA 4X.
b. Sensor Material-PVC body,gold cathode, silver anode,or other noble metal
electrodes and chlorine permeable membrane.
C. Mounting- Sensor shall be installed for pipe or handrail mounting, or installed for
flow thru tee applications. Electronics case shall be suitable for pipe,unistrut, or wall
mounting as required. -�
4. Options/Accessories Required:
a. Provide a complete handrail mounting system or flow thru tee mounting system. The
handrail mounting system shall include PVC mounting pipe(length as required)and
stainless steel mounting hardware. The flow thru tee mounting system shall include all flow regulators,pressure regulators, shutoff valves, sample pumps,etc, as detailed
or required for complete operational system.
b. Provide sensor cable of sufficient length for installation without splices between the
sensor and transmitter.
C. Where the manufacturer indicates that the sensor will be subject to both free chlorine
and combined chlorine in the water/wastewater being measured,the MFSS shall
supply the necessary sample conditioning required to monitor total chlorine residual.
13315.doc 13315-16 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
d. Provide one full year spare supply of any expandable items such as reagents,
chemicals,membranes,etc,as required for the analyzer furnished.
5. Manufacturers:
—` a. Hach, Model CL 17
b. Approved Equal
L. pH Probe with Temperature Element
1. Sensing Element
a. Type:
(1) pH-sensitive glass membrane electrode,a double-junction,gel-filled, reference
electrode, and a ground electrode with a preamplifier in one pH sensor.
(2) For submersion or flow-through application as required by the process.
(3) RTD for sensing temperature.
b. Functional/Performance:
(1) Purpose-To measure the pH value of the process fluid.
(2) Operating Principle-To compare the pH electrode with a pH standard and
produce a signal.
(3) Accuracy- 1 percent of span.
(4) Max pressure rating-Greater than or equal to the piping pressure where the
sensor is to be installed.
C. Physical:
(1) Epoxy-encapsulated,Liquid Crystal Polymer-encapsulated,or PVC sensors.
(2) Provide sensor protector.
(3) 5-wire unit.
(4) Convertible mounting style.
13315.doc 13315-17 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
d. Manufacturer:
(1) Rosemount Model 54e.
(2) Approved equal. 4
2. Indicating Transmitter
a. Type:
(1) Smart two-wire microprocessor transmitter with LCD display.
b. Functional/Performance:
(1) Purpose-To sense a pH signal and temperature signal and output two 4-20 mA
DC isolated electronic signals,corresponding to process pH and temperature.
(2) Low level input from pH sensing element.
(3) Power Supply— 115 volts AC,60 Hz.
(4) Response Time—0.1 to 1.0 seconds,adjustable.
C. Physical:
(1) NEMA 4X weatherproof,corrosion-resistant enclosure.
(2) Handrail mounted,Type 316 stainless steel mounting hardware.
(3) Electrical connections- 1\2"NPT.
d. Manufacturer:
(1) Rosemount
(2) Approved equal.
M. Temperature Switch
1. Type:
a. Bulb and capillary. _
13315.doc 13315-18 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. Functional Performance:
a. Repeatability-Better than 1.0 percent of pressure.
b. Set Point- Field adjustable and set between 30 and 70 percent of the adjustable range.
C. Deadband-Shall be of the automatic reset type.
d. Reset-Unit shall be of the automatic reset type.
e. Overrange Protection-Provide overrange protection to maximum process line
pressure.
f. Switch Rating-250V AC @ 10 amps;and 30V DC @ 5 amps.
3. Physical:
a. Housing-NEMA 4X.
b. Switching Arrangement-Provide double pole double throw(DPDT) switches.
C. Wetted parts-Teflon coated diaphragm, viton seals, stainless steel connection port.
d. Connection Size- 1/2-in NPT.
4. Accessories/Options Required:
— a. Shutoff Valve-Provide process shutoff valve which can be used as an adjustable
pressure snubber.
5. Manufacturers:
a. Ashcroft
b. United Electric
— C. or equal.
N. Temperature Gauge
1. Type:
a. Bimetal type.
-- b. Manufactured to ANSI B 40.3 standards.
13315.doc 13315-19 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. Functional/Performance:
a. Helical bimetal element enclosed in a metal shield expands when heated.
b. Range-refer to the Loop Diagrams.
C. Accuracy-+/-1 percent. .�
d. Stem Length-half('/z)the pipe diameter.
3. Physical:
a. Dial Size-3-1/2-inch minimum.
b. Case-painted steel.
C. Ring/Window-polycarbonate.
d. Dial- steel,white with black markings. R
e. Element-3 16 stainless steel. _
f. Connection-'/z-inch NPT.
4. Options/Accessories Require:
a. Swivel Head- Provide adjustable gauge position for viewing from any angle.
5. Manufacturers:
a. Ashcroft
b. WEKSLAR
C. Ametek/US Gauge ,
O. Temperature Transmitter
1. Element.
a. Type: —
(1) Resistance Temperature Detector(RTD).
13315.doc 13315-20 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
i
City of Fort Worth
Northwest WTP—Membrane Filtration System
(2) 3-wire, 100-ohm platinum type.
b. Functional/Performance:
(1) Accuracy- 1.0 degree F or 0.6%of span.
(2) Sensor Range--75 to 500 degrees C.
(3) Resistance- 100 ohms
(4) Repeatability-0.25 degree F approximate.
C. Physical:
(1) Mounting- '/<-inch mounting bushing.
(2) RTD Current- 1 mA nominal.
(3) Temperature Coefficient-0.00385 DIN specification.
(4) Sheath- '/<-inch diameter,304 stainless steel.
(5) Head-cast iron, if required.
d. Options/Accessories:
(1) Thermowell-3/4-inch NPT, straight well.
(a) Ozone-316 stainless steel.
(b) Water-carbon steel.
(c) Spring- loaded.
(d) Insertion Length-coordinate with pipe and RTD.
(2) Calibration-three point system calibration.
e. Manufacturers:
(1) Rosemount
(2) Moore Industries
(3) Approved equal
133 l5.doc 13315-21 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. Transmitter.
a. Type —
(1) Micro-processor,two-wire type.
(2) 2,3,or 4-wire RTD,thermocouple,or millivolt input selectable by the user.
b. FunctionaUPerformance.
(1) Accuracy-0.14 degrees C. —
(2) Stability-0.1%of reading or 1 degree C.
(3) Ambient Effective-0.05%of span.
(4) Indicator-0-100%scale.
(5) Output- linear 4-20 mA, range as shown on Loop Diagrams. _
(6) Span Adjustment- 10 deg. C to 1050 deg C.
C. Physical:
(1) Housing-NEMA 1 inside panels,NEMA 4X outside. --
(2) O-Rings-Buna-N.
(3) Mounting-Direct to sensor with union and nipple.
(4) Approvals-FM and CSA approved. _
d. Options/Accessories Required:
(1) Tag-stainless steel,as specified
(2) Burnout Indication-upscale.
e. Manufacturers:
(1) Rosemount
(2) Moore Industries
(3) Approved equal
13315.doc 13315-22 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
w
PART 3 EXECUTION
3.01 GENERAL
A. See execution requirements in Section 13300.
END OF SECTION
w
13315.doc 13315-23 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE INTENTIONALLY LEFT BLANK
13315.doc 13315-24 Section 13315—Process Instrumentation and Controls
Products
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 13325
CONTROL PANELS AND PANEL MOUNTED EQUIPMENT
- PART1 GENERAL
1.01 SCOPE OF WORK
A. The General Provisions of Section 13300 apply to this Section.
B. Furnish all labor,materials,equipment and incidentals required for a complete and ready for
operation,the control panels in this specification.
C. Install all control panels and equipment enclosures as specified in Section 13310 and necessary
hardware inside the panels as specified.
D. All the Work in this Section shall be the product of the Membrane Filtration System Supplier
(MFSS). Components may be provided to the MFSS by sub-suppliers and/or manufacturers; but
the packaging of these components and the production of the final product shall be the sole
responsibility of the MFSS.
1.02 RELATED WORK
A. Refer to Section 13300.
1.03 SUBMITTALS
A. Submittals shall be prepared and transmitted to the Engineer for approval in compliance with
Section 01300 and Section 13300 of these Specifications. In addition, shop drawings shall include
the following information:
1. Material for all panels, instrument racks, and enclosures.
2. Drawings shall be to scale and shall show the location of panel mounted devices as well as
doors, louvers,and subpanels.
3. The bill of materials shall list devices mounted within the panel that are not listed in the
panel legend,and shall include the tag number,description,manufacturer,and model
number for each.
B. Interconnecting Wiring Diagram
1. Provide interconnecting wiring diagrams showing electrical connections between
equipment,consoles,panels,terminal junction boxes, and field mounted components.
2. Diagrams shall show component and panel terminal board identification numbers, and
external wire and cable numbers.
13325.doc 13325-1 Section 13325—Control Panels and
Panel Mounted Equipment
= 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. Circuit names corresponding to the Circuit and Raceway Schedule shall be shown. Note:
this diagram shall include intermediate terminations between field elements and panels(e.g.,
terminal junction boxes,pull boxes,etc.).
4. This diagram shall be coordinated with the Electrical Subcontractor and shall bear his mark
showing that this has been done. Diagrams,device designations, and symbols shall be in —
accordance with NEMA ICS 1-101.
1.04 REFERENCE STANDARDS —
A. Refer to Section 13300.
1.05 QUALIFICATIONS
A. Refer to Section 13300.
1.06 SYSTEM DESCRIPTION
A. Refer to Section 13300. a
1.07 DELIVERY, STORAGE AND HANDLING
A. The panels shall be mounted on wood skids four inches high. Adequate crating will be provided
for the panel being shipped where a transfer from one truck to another is planned.
B. Instruments shall be blocked and tied to prevent damage during shipment. Front-panel mounting
instruments shall be removed and prepacked in their original containers for shipment.
C. Accessories,drawings, instruction bulletins,etc., shall be packed and shipped with the panel.
D. Refer to Section 13300.
1.08 PROJECT/SITE REQUIREMENTS
A. Refer to Section 13300.
1.09 MAINTENANCE }
A. Refer to Section 13300.
B. Spare Parts: In addition to the spare parts listed in other instrumentation sections,provide the
following:
1. Fuses: 20 percent of each size and type use,but no less than ten of each size and type.
2. Relays: 20 percent of each type used, but no less than ten of each type.
3. Indicating LEDs: 50 of each size and type used.
13325.doc 13325-2 Section 13325—Control Panels and
Panel Mounted Equipment
l l/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
4. DC Power Supplies: 20 percent of each size and type used, but no less than two of each size
and type.
C. 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.
1.10 WARRANTY
- A. Refer to Section 13300.
1.11 FINAL DOCUMENTATION
A. Refer to Section 13300.
PART2 PRODUCTS
2.01 GENERAL
A. Refer to Section 13300.
2.02 CONTROL PANEL GENERAL REQUIREMENTS
A. Furnish the panels per Specifications.
- B. The panels shall be the free standing type,complete with PLC unit, instruments,pushbuttons,
indicating lights,and nameplates.
- C. The construction and wiring shall be in accordance with this Specification.
D. All panels shall be of the fully enclosed type designed for use with high-density instrumentation
mounting.
E. The instruments 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
adj ustment.
F. The panels shall be completely fabricated, instruments installed and wired,at the MFSS's
facilities.
G. 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. Components mounting shall be oriented in
accordance with the internal components shall be identified with suitable plastic or metal engraved
tags attached with drive pins adjacent to(not on)each component identifying the component in
accordance with the specifications and MFSS's data.
H. All exterior panel mounted equipment shall be installed with suitable gaskets,faceplates,etc.
required to maintain the NEMA rating of the panel.
13325.doc 13325-3 Section 13325—Control Panels and
Panel Mounted Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
I. All panels shall be supplied with suitable nameplates which identify the panel and individual
devices as required.
2.03 PANEL MATERIALS AND CONSTRUCTION
A. Panels shall be constructed of ASTM A 283 steel with angle or channel bracing. Fabricate each
panel from sheet steel with a minimum thickness of 10 gauge. Panel fronts shall be fabricated
from a single piece of sheet steel. Side filler panels,top filler panels,and subpanels shall be
12-gauge sheet. Steel shall be selected for levelness and smoothness and shall be free from scale -
or any blemish which would mar the finish. All panels shall be as manufactured by Rittal or
Hoffman.
B. Structure and Enclosure
1. Panels shall be of continuous welded-steel construction. Provide steel 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 steel 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.
2. Each panel shall be provided with full height,fully gasketed access doors where shown.
Doors shall be provided with a three-point latch,and heavy duty locking handle. Rear
access doors 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, steel hinges with stainless steel pins.
3. The panels, including component parts, shall be constructed and assembled in a thoroughly
workmanlike manner and 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. _
C. Freestanding Vertical Panels or Computer Consoles in Climate Controlled Areas
1. Freestanding vertical panels shall be of NEMA 12 construction and be labeled by
underwriters laboratories. The panels shall be constructed of 12 gauge thick sheet steel,
suitably braced internally for structural rigidity and strength. All exposed welds, seams,or _
edges shall be ground smooth. Front panels or panels containing instruments shall be not
less than 7 gauge thick stretcher leveled sheet steel, reinforced to prevent warping or
distortion.
2. Panels shall be provided with full length front access doors. Front access doors with
mounted instruments or control devices shall be of sufficient width to permit door opening
without interference from flush mounted instruments. All doors shall be mounted with
strong,continuous, piano type hinges and be provided with lockable door handles and three
point latches.
13325.doc 13325-4 Section 13325—Control Panels and
Panel Mounted Equipment
11/30/2007 `
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. Provide overhead switched lighting and at least one convenience receptacle in each panel.
4. The panel shall be suitable for top and bottom conduit entry. 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, or other
accessories as required to maintain the NEMA rating of the panel and electrical rating of the
conduit system.
D. Freestanding Vertical Panels in non Climate Controlled Areas
1. Freestanding vertical panels shall be of NEMA 4 construction and be labeled by
underwriters laboratories. All exposed welds, seams,or edges shall be ground smooth.
Front panels or panels containing instruments shall be not less than 7 gauge thick stretcher
leveled sheet steel, reinforced to prevent warping or distortion.
2. Panels shall be provided with full length front access doors. Front access doors with
mounted instruments or control devices shall be of sufficient width to permit door opening
without interference from flush mounted instruments. All doors shall be mounted with
strong,continuous,piano type hinges and be provided with lockable door handles and three
point latches.
3. Provide overhead switched lighting and at least one convenience receptacle in each panel.
4. The panel shall be suitable for top or bottom conduit entry. 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
R penetrations shall be provided with ground bushings,hubs,gasketed locknuts,or other
accessories as required to maintain the NEMA rating of the panel and electrical rating of the
conduit system.
E. Wall or Unistrut Mounted Cabinets
1. All indoor panels shall be minimum of NEMA 12 and fabricated of not less than USS 14
gauge steel. All outdoor panels and indoor panels specified as having a NEMA 4 rating
shall be constructed of 316 stainless steel.
F. 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.
13325.doc 13325-5 Section 13325—Control Panels and
Panel Mounted Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
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 a 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 to be used shall be selected by the Owner
from color clips supplied by the MFSS.
2.04 TEMPERATURE CONTROL
A. Freestanding panels shall be provided with air to air heat exchangers as required to prevent _
temperature buildup due to electrical devices mounted in or on the panel.
B. Should sufficient heat be generated within a panel where dissipation cannot be adequately
accomplished with air to air heat exchangers,an air conditioner shall be provided.
C. The internal temperature of all panels shall be regulated so as to not exceed 100 degrees
Fahrenheit. Under no circumstances shall the panel cooling equipment compromise the NEMA
rating of the panel. Panel submittal information shall include heat dissipation calculations.
2.05 CONTROL PANEL- INTERNAL CONSTRUCTION
A. Internal Electrical Wiring.
1. Panel equipment shall be mounted and wired on or within the cabinet. Wiring shall comply
with the National Electrical Code. Wiring within the panel shall be grouped together with
harnesses or ducts and secured to the structure. Wiring shall be numbered in compliance r+
with the numbering system used on the wiring/connection diagrams. Wiring and connection
diagrams shall comply with ISA S5.4 Instrument Loop Diagrams and shall be submitted by
the manufacturer as part of the Shop Drawings for review by the Engineer.
2. Power and low voltage DC signal wiring shall be routed in separate wire ways. Crossing of
the two system wires shall be at right angles.
3. Power and control wire shall be a minimum of 16 GA Type THWN stranded and shall be
insulated for not less than 600 volts unless specified otherwise. Conductors shall be of
tinned copper construction. All interconnecting wiring,except for electronic circuits, shall
be rated for not less than 90 degrees C.
4. Signal wire shall be 1 pair 16 AWG shielded. Conductors shall be of tinned copper
construction.
5. Wire color shall be: Line Power-Black;Neutral or Common-White;DC Common- Blue/
White stripe;AC Control-Red; DC Control-Blue; Equipment or Chassis Ground-Green;
specified externally powered circuits-Orange.
6. Wiring shall terminate at a master terminal board, rigid type and numbered. The master
terminal board shall have a minimum of 25 percent spares.
13325.doc 13325-6 Section 13325—Control Panels and
Panel Mounted Equipment
11/30/2007 —
City of Fort Worth
Northwest WTP—Membrane Filtration System
7. Terminal blocks shall be arranged in vertical rows and separated into groups(Power,AC
control, DC signal,and alarm).
8. Terminal blocks shall be barrier type with the appropriate voltage rating(600 volts
minimum). Terminal strips shall be provided for the purpose of connecting all control and
signal wiring. They shall be the raised channel mounted type as manufactured by Allen
Bradley models 1492-CA 1 or 1492-HM 1.
9. 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 using stainless steel screws. Trough shall not be
T bonded to the panel with glue or adhesives. Troughs shall have integral wire hold down
devices to hold all wires in place when cover is removed. Wire trough shall be as
manufactured by IBOCO or equal.
10. Wire connectors shall be the hook fork type with insulated barrel for crimp type compression
connection to the wire.
11. Each wire shall be provided with a numbered Brady LAT-7-73 7W-10 identification markers
at both ends. Identification markers shall be pretyped. Handwritten markers or paper
markers will not be permitted. Panel device labels shall be provided with a numbered Brady
LAT-24-747-1 label.
12. Direct interlock wiring between equipment will not be allowed. 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-in of the side panel or adjacent terminal.
- 13. Wiring troughs shall not be filled to more than 60 percent visible fill. Wiring trough covers
shall be match marked to identify placement. If component identification is shown on
covers for visibility,the ID shall also appear on the mounting sub-panel.
14. 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 and shall be complete
with the lamp.
15. Each panel shall have a specification grade duplex convenience receptacle mounted
internally within a stamped steel device box with appropriate cover.
16. Each panel shall be provided with,for instrument power,Wiremold Company type 2100,or
equal,plugmold raceway,with one outlet for each instrument plus 20 percent excess for
future use.
17. A lamp test push button shall be provided on the control panel to test the indicator lamps at
- the same time.
18. 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.
13325.doc 13325-7 Section 13325—Control Panels and
Panel Mounted Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
19. Each panel shall be provided with a separate copper power grounding bus(safety)in
accordance with the requirements of the National Electrical Code.
20. Each panel,where applicable, shall be provided with analog signal isolation(111)where
analog signals are sent from one panel or console to another.
21. Each panel shall be provided with surge suppression protection(electrical transients)for
connections between AC power systems and electrical and electronic equipment. Surge
suppressor grounding shall be accordance with the manufacturer's recommendations.
22. All wiring to hand switches and the like which are live circuits independent of the panel's
normal circuit breaker protection shall be clearly identified as such. _
B. Relays required for properly completing the control function defined in this Section shall be
provided under this Section. For example,pilot lights(both"ON"and "OFF")will receive a _
single pair of wires for both conditions. As a result, a relay is required to provide inputs to both
pilot lights. Additionally,discrete field control and status circuitry shall be isolated from PLC UO
termination boards using relays. Relays shall have red LED indicators which illuminate upon coil
energization. !
C. These relays shall be mounted in their respective panel and shall be clearly identified as being live
circuits independent of the panel's normal circuit breaker protection.
D. Nameplates shall be provided for flush mounted equipment. The nameplates shall be
approximately I-in x 3-in constructed of white and black laminated,phenolic material having
engraved helvetica letters approximately 1/4-in high,extending through the white face into the
black layer. Nameplates shall be beveled and attached to panels by self tapping stainless steel
screws.Adhesive bonded or glued on name plates shall not be accepted.
E. Print storage pockets shall be provided on the inside of each panel. Its size shall be sufficient to
hold all of the prints required to service the equipment. -
F. Hinged doors shall have continuous hinges of stainless steel construction and three-point latching
system with lock. Locks for each local panel provided under this Contract shall be keyed alike.All hinged doors shall be gasketed.
G. Panels shall be factory tested prior to shipment. Field installation shall consist only of setting the
panel in place and making necessary electrical and conduit connections.
H. Components shall be mounted in a manner that shall permit servicing,adjustment,testing and
removal without disconnecting,moving or removing any other component. n
1. Components shall be mounted on plates on the inside of panels in such a manner that allows for
removal of the components without removal of the plate. Components shall not be mounted `
directly to the enclosure.
J. Internal components shall be identified with suitable plastic engraved name plates attached with -
stainless steel screws adjacent to(not on)each component identifying the component in
compliance with the specifications and MFSS's data.
13325.doc 13325-8 Section 13325—Control Panels and
Panel Mounted Equipment
11/30/2007 an
City of Fort Worth
Northwest WTP—Membrane Filtration System
2.06 MISCELLANEOUS PANEL COMPONENTS
A. Pilot Type Indicating Lights
1. The miniature lamp for the pilot lights or CMC lighted pushbuttons shall be rated at 6 V
-- AC/DC. The lamps shall be LED based lamps visible from 4.5 meters,with a lamp life of
100,000 hours plus.
a. Type:
(1) Heavy duty oiltight type which utilizes a low voltage lamp.
2. Functional/Performance:
a. Lamps shall be replaceable from the front of the unit.
3. Physical:
a. Lens color shall be as City's standard. Contractor shall verify with City as to specific
color standards. Lens shall be approximately 1-1/4-in diameter.
b. Provide legend faceplates engraved to indicate the required function of each device.
C. Units shall be rated NEMA 13 for indoor panels. Units located outdoors or indicated
to be weatherproof shall be rated NEMA 4.
4. Manufacturers:
a. Allen Bradley model 800T-N318x.
<r B. Rotary Hand Switches and Push Buttons
1. Rotary selector switches shall be heavy duty oil resistant,with the number of poles and
number of positions as required. Switches shall have a selector handle, stainless steel
escutcheon plate,and be of the maintained or momentary contact type,as required,and rated
for 10 amperes at 120 VAC. The switches required for"electronic duty" shall have low,
_. stable, contact resistance and gold contacts. Provide bridging contacts where required. The
selector switches shall have a lighted sections as shown on the Loop Diagrams.
r 2. Pushbuttons shall be heavy-duty,oil tight,with momentary contacts. Switches shall be
supplied with the number of poles required for the application, a stainless steel escutcheon
plate, and contacts rated for 10 amperes at 120 AC.
" a. Type:
(1) Control devices shall be heavy duty oiltight type with stackable contact blocks.
13325.doc 13325-9 Section 13325—Control Panels and
_ Panel Mounted Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. Functional/Performance:
(1) Provide contact arrangement and switching action as required for the control `
system specified.
3. Physical:
a. For 120V AC service provide contacts rated 10 amps at 120V AC, for 24V DC
service provide silver sliding contacts rated 5 amps at 125V DC, for electronic
(millivolt/milliamp)switching provide contacts rated 1 amp at 28V DC.
b. Start push buttons shall have flush type operators. Stop push buttons shall have
extended operators. Selector switches shall have knob or wing lever operators.
C. Units shall be rated NEMA Type 13 for indoor service. Units located outdoors or T
indicated to be weatherproof shall be rated NEMA 4X.
d. Provide legend plates denoting switch/push button position/function. !
4. Options/Accessories Required:
a. Provide lock-out-push buttons, key-operators,etc. as required. 4
b. Provide make-before-break bridging contacts where required.
5. Manufacturers:
a. Allen Bradley 800T series ~�
C. General Purpose Relays and Time Delays
1. Relays shall be double pole,double throw,octal plug in type with a transparent dust cover.
The relay shall be equipped with an indicating light to indicate when its coil is energized.
The mechanical life of the relay shall be 100,000,000 operations minimum.
a. Type:
(1) Units shall be of the general purpose plug-in type.
b. Functional/Performance:
(1) Coil voltage shall be 120 V AC.
(2) Contact arrangement/function shall be as required to meet the specified control
function.
C. Mechanical life expectancy shall be in excess of 10 million.
d. Duty cycle shall be rated for continuous operation.
r.
13325.doc 13325-10 Section 13325—Control Panels and
Panel Mounted Equipment
11/30/2007 —
City of Fort Worth
Northwest WTP—Membrane Filtration System
e. Units shall be provided with integral indicating light to indicate if relay is energized.
f. Solid state time delays shall be provided with polarity protection(DC units)and
transient protection.
g. Time delay units shall be adjustable and available in ranges from .1 second to 4.5
hours.
2. Physical:
a. For 120V AC service provide contacts rated 10 amps at 120V AC, for 24V DC
service provide contacts rated 5 amps at 28V DC, for electronic(milliamp/millivolt)
switching applicator provide gold plated contacts rated for electronic service.
b. Relays shall be provided with dust and moisture resistant covers.
3. Options/Accessories Required:
a. Provide mounting sockets with pressure type terminal blocks rated 300 volt and 10
amps.
b. Provide mounting rails/holders as required.
4. Manufacturers:
a. Relays
(1) Allen Bradley model700-HB33A1.
b. Timers
(1) Allen Bradley model 700-HR52TA 17.
D. Signal Isolators/Boosters/Converters
1. Type:
a. Externally powered solid state electronic type. Loop powered devices are not
acceptable.
2. Functional/Performance:
a. Accuracy-0.15 percent.
b. Inputs-Current,voltage,frequency,temperature, or resistance as required.
-- C. Outputs-Current or voltage as required.
d. Isolation-There shall be complete isolation between input Circuitry,output circuitry,
-- and the power supply.
13325.doc 13325-11 Section 13325—Control Panels and
Panel Mounted Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
r
e. Adjustments-Zero and span adjustment shall be provided.
f. Protection-Provide RFI protection.
3. Physical:
a. Mounting-Suitable for mounting in an enclosure or instrument rack.
4. Options/Accessories Required: —
a. Mounting rack or general purpose enclosure as required.
5. Manufacturers:
a. API Mundelein, EL.
b. Action Pak
C. Wilkerson —
E. Signal Selectors,Computation,and Conditioning Relays
1. Signal Selector. Computing module shall accept the number of input signals noted and
produce an output signal which corresponds to the highest or lowest,as noted, input signal.
Input or output accuracy shall be plus 0.25 percent or better, including linearity and —
repeatability. The units shall be Moore Model ADM, RIS Model SC-1320, or equal.
a. Type:
(1) Solid state electronic type.
2. Functional/Performance:
a. Inputs-4-20 mA. _
b. Outputs-4-20 mA.
C. Protection-Provide RFI protection.
d. Operation-The relay shall multiply,add, subtract, select,extract the square root,or
perform the specified conditioning/computation function required. All inputs shall be
able to be individually rescaled and biased as required.
e. Isolation-All inputs,outputs, and power supplies shall be completely isolated.
f. Accuracy-0.35 percent of span.
g. Adjustments-Multiturn potentiometer for zero,span, scaling, and biasing.
13325.doc 13325-12 Section 13325—Control Panels and
Panel Mounted Equipment
l l/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. Physical:
a. Mounting- Suitable for mounting in an enclosure or instrument rack.
4. Options/Accessories Required:
a. Mounting rack or general purpose enclosure as required.
5. Manufacturers:
a. API Mundelein, IL.
b. Action Pak
C. Wilkerson
F. Console Audio Indicators
1. Type:
a. Solid state electronic type.
2. Functional/Performance:
a. Produce an audible sound in the range of 70 to 90 dB at a distance of 1 foot.
b. Adjustments-The sound level shall be adjustable.
C. Rated life of not less than 3,000 hours.
3. Physical:
a. Mounting- Suitable for panel mounting.
4. Manufacturers:
a. Edwards, Lumatone model
b. Approved equal
Y 2.07 PANEL MOUNTED INSTRUMENTS
A. Panel mounted instruments shall be removable from the front of the panel and suitable for rack
` mounting in a high density configuration.
B. Instruments shall be of NEMA 1 design but shall be suitable for installation within a NEMA 12
panel.
13325.doc 13325-13 Section 13325—Control Panels and
Panel Mounted Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C. Electronic Indicator
1. Type:
a. Vertical bar graph type.
2. Functional/Performance:
a. Accuracy-Plus or minus 0.5 percent.
b. Display-Dual display,multisegmented gas discharge tube.
C. Display Life- 10 years.
d. Input-4-20 mA
e. Ambient Temperature Range-0 to 50 degrees C
3. Physical:
a. Mounting-Flush panel mounting, suitable for high density, slide tray rack mounting.
b. Dimensions-Approximately 3-in by 6-in by 20-in.
C. Scales-Shall be in engineering units.
4. Options/Accessories Required:
a. Nameplates-Provide individual nameplates for each process input.
b. Scales- Scales shall be in engineering units. t
C. Outputs-Indicator shall have adjustable high and low alarm points,corresponding
LED alarm indicators and form C relay outputs to be used for external alarming _
purposes.
5. Manufacturers:
a. Dixson Model BB 101
b. Triplett Model UB 120.
PART 3 EXECUTION
3.01 INSTALLATION
A. Refer to Section 13300.
13325.doc 13325-14 Section 13325—Control Panels and
Panel Mounted Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3.02 TESTS(GENERAL)
A. Panels and panel assemblies shall be tested for proper operation at the MFSS's factory prior to the
shipment of any panel to the Jobsite.
B. Prior to shipment,a witnessed demonstration test in conjunction with the FDT shall be performed at
the 1V1FSS's factory on panels provided. The test shall demonstrate specified functions by simulating
inputs and outputs to the panels.
C. Acceptance of shop tests by Owner or Engineer shall not constitute a waiver of requirements to meet
the field tests under specified operating conditions,nor does inspection relieve the manufacturer of his
r responsibility in any way.
D. Refer to Section 13300.
3.03 OPERATIONAL READINESS TESTS(ORT)
A. Refer to Section 13300.
3.04 UNWITNESSED FACTORY TEST(UFT)
A. Refer to Section 13300.
3.05 WITNESSED FACTORY TEST(WFT)
A. Refer to Section 13300.
3.06 FUNCTIONAL ACCEPTANCE TEST
A. Refer to Section 13300.
3.07 30-DAY ACCEPTANCE TEST
A. Refer to Section 13300.
3.08 TRAINING
A. Refer to Section 13300.
END OF SECTION
13325.doc 13325-15 Section 13325—Control Panels and
Panel Mounted Equipment
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE INTENTIONALLY LEFT BLANK
13325.doc 13325-16 Section 13325—Control Panels and
Panel Mounted Equipment
11/30/2007
J J r J �u ■ r� ! � ! 1 1 1 6
C
T�
O
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 15051
PIPING-GENERAL REQUIREMENTS
PART1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all necessary piping as specified in Section 11300 for the successful
operation of the membrane filtration system. This includes appurtenances not directly specified
in this Section but necessary for the operation of the system.
1.02 RELATED WORK
A. Piping materials and systems are included in other Sections 15.
B. Valves are included in Section 15100.
1.03 SUBMITTALS
A. General submittals for piping and piping systems are listed below. Submittals shall be in
accordance with Section 01300. It is not intended that all submittals listed below be provided
for all piping materials and systems. Refer to individual System or Piping Sections for specific
submittals.
B. Shop Drawings and Product Data for MFSS Supplied Piping
1. Piping layouts in full detail.
2. Location of pipe hangers and supports.
3. Location and type of backup block or device to prevent joint separation.
4. Large scale details of wall penetrations and fabricated fittings.
5. Schedules of all piping, fittings, special castings,couplings,expansion joints and other
appurtenances.
6. Catalog cuts of joints,couplings,harnesses,expansion joints,gaskets,fasteners and other
accessories.
7. Brochures and technical data on coatings and linings and proposed method for
application and repair.
C. Samples
D. Design Data
15051.doc 15051-1 Section 15051—Piping—General Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
E. Test Reports
1. Four copies of certified shop tests showing compliance with appropriate standard.
2. Four copies of all field test reports, signed by MFSS and Engineer.
F. Certificates
1. Copies of certification for all welders performing work in accordance with ANSI B31.1. -
G. Manufacturers Installation(or application)instructions.
H. Statement of Qualifications
I. Manufacturers Field Report
J. Project Record Document
K. Operation and Maintenance Data in accordance with Section 01730.
L. Warranties
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM) -
1. ASTM A307- Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi
Tensile Strength -
B. American National Standards Institute(ANSI)
1. ANSI B16.5 -Pipe Flanges and Flanged Fittings
2. ANSI B31.1 -Power Piping
C. American Welding Society(AWS)
1. AWS B2.1 - Standard for Welding Procedure and Performance Qualifications
D. American Water Works Association(AWWA)
1. AWWA Manual M11 -Steel Pipe-A Guide for Design and Installation
E. Where reference is made to one of the above standards,the revision in erect at the time of bid
opening shall apply.
1.05 QUALITY ASSURANCE !
A. All materials shall be new and unused.
15051.doc 15051-2 Section 15051—Piping—General Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. Provide manufacturer's certification that materials meet or exceed minimum requirements as
specified. Reference to standards such as ASTM and ANSI shall apply to those versions in
effect at the time of bid opening.
C. Coordinate dimensions and drilling of flanges with flanges for valves,pumps and other
equipment to be installed in piping systems. Bolt holes in flanges to straddle vertical
centerline.
.. D. Reject materials contaminated with gasoline, lubricating oil, liquid or gaseous fuel,aromatic
compounds,paint solvent,paint thinner and acid solder.
E. Pipe joint compound, for pipe carrying flammable or toxic gas,must bear approval of
Underwriters'Laboratories or Factory Mutual Engineering Division.
F. Unless otherwise specified,pressures referred to in all Piping Sections are expressed in pounds
per square in gage above atmospheric pressure,PSIG and all temperature are expressed in
degrees Fahrenheit.
1.06 DELIVERY
A. Refer to Section 01610,Transportation and Handling of Goods.
PART 2 PRODUCTS
2.01 MATERIALS
A. Specific piping materials and appurtenances are specified in the respective Piping or System
Sections.
B. General installation materials shall be as specified below.
1. Unions shall be brass or bronze unions for joining nonferrous pipe; malleable brass or
bronze-seated iron or steel unions for joining ferrous pipe; PVC unions for joining PVC
pipe.
2. Flanged Joints. Bolt and nuts,Type 304 stainless steel,bolt number and size same as
flange standard; studs- same quality as machine bolts; 1/16-in thick rubber gaskets with
cloth insertions;rust-resistant coatings.
3. Temporary Plugs shall be standard plugs or caps which are suitable for permanent
service.
4. Flexible Connections shall be flanged spool type, 180 degree F maximum service, single
filled arch with synthetic rubber tube and cover, steel-ring reinforced synthetic fiber
carcass,with flanges drilled to 150-lb ANSI B 16.5 Standard. Steel retaining rings,
control rods and compression sleeves shall be provided where shown and as required for
the working pressure of the system in which the joint is installed. All flexible joints shall
be rated for the working pressure of the system in which they are installed.
15051.doc 15051-3 Section 15051—Piping—General Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
PART 3 EXECUTION
3.01 GENERAL —
A. All piping furnished by the MFSS will be installed by the General Contractor and overseen by
the MESS.
B. Unions
1. Unions screwed or flanged shall be provided where indicated and in the following
locations even if not indicated.
a. In long runs of piping to permit convenient disassembly for alterations or repairs.
b. In by-passes around equipment.
C. In connections to tanks, pumps and other equipment between the shut-off valve and
the equipment. -
d. In connections on both sides of traps,controls and automatic control valves.
C. Vents and Drains =
1. Provide vents and drains in the following places:
a. Water Lines-Vents at high points and drains at low points.
b. Air Lines-Drains at low points. —
3.02 UNIONS
A. Use dielectric unions to allow dismantling of pipe,valves and equipment.
3.03 WELDING _
A. Provide welding fittings on all welded lines.
3.04 FLANGED JOINTS
A. Make flanged joints with bolts;bolt studs with nut on each end;or studs with nuts where one
flange is tapped. Use number and size of bolts conforming to same ANSI Standard as flanges.
Before flanges pieces are assembled, remove rust resistant coating from machined surfaces,
clean gaskets and smooth all burrs and other defects. Make up flanged joints tight,care being
taken to prevent undue strain upon valves or other pieces of equipment. _
3.05 SLEEVE COUPLINGS
A. Provide tierods,pipe clamps or bridles when sleeve type couplings or fittings are used in piping
system where indicated,and at changes in direction or other places as necessary,to prevent
joints from pulling apart under pressure. Use bridles and tierods at least 3/4-in in diameter, —
15051.doc 15051-4 Section 15051—Piping--General Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
except where tierods replace flange bolts of smaller size, in which case fit with nut on each side
of pair of flanges. Joint harnessing shall conform, as a minimum,to the requirements for the
bolts and tie bolt lugs as set forth in AWWA Manual M11.
END OF SECTION
15051.doc 15051-5 Section 15051—Piping—General Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE INTENTIONALLY LEFT BLANK
1505 Ldoc 15051-6 Section 15051—Piping—General Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 15064
PLASTIC PIPE AND FITTINGS
PART 1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all plastic pipe and fittings specified in Section 11300-A or Section
11300-B for the successful operation of the membrane filtration system.
�. B. Refer to Section 15 05 1 for additional general piping requirements.
1.02 RELATED WORK
A. Section 15140,Pipe Hangers and Supports.
_ B. Section 15100,Valves and Appurtenances.
1.03 SUBMITTALS
A. Shop drawings and product data, in accordance with Section 01300, shall include the following:
1. Shop drawings including piping layouts and schedules shall be submitted to the Engineer
and shall include dimensioning,fittings, locations of valves and appurtenances,joint details,
methods and locations of supports and all other pertinent technical specifications for all
piping to be furnished.
2. Shop drawing submittals for piping under this Section shall include all data and information
required for the complete piping systems. All dimensions shall be based on the actual
equipment to be furnished. Types and locations of pipe hangers and/or supports shall be
shown on the piping layout for each piping submittal.
-- 1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM).
1. ASTM D1784-Standard Specification for Rigid Poly(Vinyl Chloride)(PVC)Compounds
and Chlorinated Poly(Vinyl Chloride)(CPVC)Compounds.
2. ASTM D1785 -Standard Specification for Poly(Vinyl Chloride)(PVC)Plastic Pipe,
Schedules 40, 80 and 120.
3. ASTM D2447- Standard Specification for Polyethylene(PE)Plastic Pipe, Schedules 40
and 80,Based on Outside Diameter.
4. ASTM D2464- Standard Specification for Threaded Poly(Vinyl Chloride)(PVC)Plastic
Pipe Fittings, Schedule 80.
15064.doc 15064-1 Section 15064—Plastic Pipe and Fittings
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
5. ASTM D2466- Standard Specification for Poly(Vinyl Chloride)(PVC)Plastic Pipe
Fittings, Schedule 40.
6. ASTM D2467 - Standard Specification for Socket-Type Poly(Vinyl Chloride)(PVC)
Plastic Pipe Fittings, Schedule 80.
7. ASTM D2564- Standard Specification for Solvent Cements for Poly(Vinyl Chloride)
(PVC)Plastic Piping Systems.
8. ASTM D2657- Standard Practice for Heat-Joining Polyolefin Pipe and Fittings.
9. ASTM D2665 -Standard Specification for Poly(Vinyl Chloride)(PVC)Plastic Drain,
Waste and Vent Pipe and Fittings.
10. ASTM D2855 - Standard Practice for Making Solvent-Cemented Joints with Poly(Vinyl
Chloride)(PVC)Pipe and Fittings.
11. ASTM D3261 - Standard Specification for Butt Heat Fusion Polyethylene(PE)Plastic _
Fittings for Polyethylene(PE)Plastic Pipe and Tubing.
12. ASTM D3311 - Standard Specification for Drain, Waste and Vent(DWV)Plastic Fittings _
Patterns.
13. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws and Studs.
14. ASTM F594- Standard Specification for Stainless Steel Nuts.
B. Plastic Pipe Institute(PPI)
1. PPI TR31 -Underground Installation of Polyolefin Piping.
C. American National Standard Institute(ANSI)
1. ANSI B 16.5 Pipe Flanges and Flanged Fittings.
D. Where reference is made to one of the above standards, the revision in effect at the time of bid
opening shall apply. _
1.05 QUALITY ASSURANCE
A. All plastic pipe and fittings of each type shall be furnished by a single manufacturer who is w
experienced in the manufacture of the items to be furnished;however, it shall not be a
requirement that the pipe and fittings be manufactured by the same manufacturer,provided that
the pipe and fittings are compatible in both compounding and size. The pipe and fittings shall be
designed,constructed and installed in accordance with the best practices and methods and shall
be suitable for the intended service.
t5064.doc 15064-2 Section t5064—Plastic Pipe and Fittings
l l/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
PART 2 PRODUCTS
2.01 MATERIALS
A. Poly(Vinyl Chloride)Pipe and Fittings-PVC
1. Pipe shall be manufactured from PVC compounds meeting ASTM D1784, Class 12454-B
in accordance with ASTM D1785,PVC 1120. The pipe shall have a minimum hydrostatic
design stress of 2,000 psi at 73 degrees F and shall be suitable for field cutting and solvent
welding. Pipe shall be Schedule 80 unless otherwise specified.
2. Fittings shall be the socket type for solvent welded joints conforming to ASTM D2467 or
ASTM D2466 for Schedule 40 pipe. Fittings shall be manufactured from PVC compound
meeting ASTM D 1784,Class 12454-B. Solvent cement shall be as specified in ASTM
R D2564.
3. Pipe, fittings and solvent for use with potable water shall be certified by the National
Sanitation Foundation in accordance with NSF Standard No. 14 and the seal shall be
included on the pipe.
B. Poly(Vinyl Chloride)Pipe and Fittings for Drain, Waste and Vent Service(DWV).
1. Pipe shall be manufactured from PVC compounds meeting ASTM D1784, Class 12454-B
in accordance with ASTM D2665. The patterns,dimensions and laying lengths of fittings
including adapters shall meet the requirements of ASTM D3311. Solvent cement for
joining DWV pipe and fittings shall be as specified in ASTM D2564.
C. Polyethylene Pipe and Fittings-HDPE
1. Pipe shall be manufactured from High Density Polyethylene(HDPE)base resin conforming
-- to Grade P34(Plastics Pipe Institute designation PE3406 or better)in accordance with the
requirements of ASTM D2447. The pipe shall have a minimum hydrostatic design stress of
630 psi at 73 degrees F and be suitable for field cutting and heat fusion joining. Pipe shall
be Schedule 80 unless otherwise specified.
2. Fittings shall be the butt type for heat fusion joints conforming to ASTM D3261,except
that Schedule 80 fittings shall meet the sustained pressure test conditions as specified for
Schedule 80 pipe in Table 3 of ASTM D2447. Fittings shall be manufactured from the
same HDPE base resin, conforming to Grade P34, class C(Plastics Pipe Institute
v designation PE3406 or better),as is used to produce the pipe to which the fittings are to be
joined. Both pipe and fittings shall be manufactured by the same manufacturer to assure
compatibility of the piping system components.
' D. Threaded joints shall be as specified under the applicable ASTM standard for the pipe and
fittings being used. Thread sealer shall be thread tape which shall be standard industrial quality
Teflon,Type 1. Threaded joints for PVC pipe shall not be used unless accepted by Engineer.
15064.doc 15064-3 Section 15064—Plastic Pipe and Fittings
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
E. Flanged Joints
1. Where flanged joints are required,they shall be supplied with 1/8-in thick full-faced EPDM
gaskets or equal.
2. Flange bolt spacing,number and dimensions shall conform to the requirements of ANSI —
B 16.5. PVC flanges shall be single piece, suitable for solvent cementing to the pipe and
shall be suitable for a minimum pressure of 150 psi.
3. Bolts,nuts and washers for flanged joints shall be for corrosive service conditions and shall
be ASTM F593 and F594,Type 316 stainless steel. Antisieze compound for stainless steel
bolts and nuts shall be of a molybdenum disulfide base such as Molycoat-G or equal. _
F. Fittings, specials,unions and flanges shall be of the same schedule number and manufactured of
the same materials as the pipe. Whenever unions are required, flanged connections may be _
substituted,provided that dimensional controls do not preclude use of flanges.
G. Sleeves for plastic pipe shall be as specified in Section 01172.
H. Expansion joints for PVC sizes 1/2-in to 6-in shall be telescoping type as manufactured by
Plastinetics, Inc.;ASAHI/America or equal. Expansion in pipes smaller than 1/2-in shall be
accommodated with expansion loops. "
PART 3 EXECUTION
3.01 INSTALLATION
A. Plastic piping and fittings furnished by the MFSS will be installed by the General Contractor and
overseen by the MFSS.
B. Joints for PVC and CPVC pipe shall be solvent cemented unless flanged or threaded are
otherwise specified as other types herein. Solvent cement joints shall be made in accordance
with ASTM D2855 except that solvent cement formulated especially for and as specified above
shall be used for joining CPVC pipe and fittings.
C. All pipe joints at equipment and valves/connections shall be flange type.Unions will not be
accepted. _
END OF SECTION
15064.doc 15064-4 Section 15064—Plastic Pipe and Fittings
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 15066
STAINLESS STEEL PIPE AND FITTINGS
PART 1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all stainless steel pipe and fittings specified in Sections 11300A and
11300B for the successful operation of the membrane filtration system. Furnish all labor,
materials,equipment and incidentals required and install,test,complete and ready for operation
all stainless steel pipe as specified herein.
B. Where the word "pipe" is used it shall refer to pipe, fittings,hangers, supports and appurtenances
unless otherwise noted.
C. The work includes,but is not necessarily limited to:
1. Furnishing and installing interior, above grade, stainless steel pipe, fittings and specials with
screwed,butt welded,or flanged and plain ends.
1.02 RELATED WORK
A. Piping—General Requirements are included in Section 15051.
B. Pipe hangers and supports are included in Section 15140.
C. Valves and appurtenances are included in Section 15100.
D. Butterfly Valves are included in Section 15105.
E. Piping Specialties are included in Section 15120.
F. Piping Expansion Compensation is included in Section 15121.
1.03 SUBMITTALS
A. Submit to the ENGINEER, in accordance with Section 0 13 00,the following:
1. Shop drawings including piping layouts and schedules, including dimensioning,fittings,
expansion joints, locations of valves and appurtenances,joint details,wall penetration
details, methods and locations of supports and all other pertinent technical specifications for
all piping to be furnished. Shop drawings shall include all data and information required for
the complete piping systems. All dimensions shall be based on the actual equipment to be
furnished. Types and locations of pipe hangers and/or supports shall be shown on the piping
layouts for each pipe submittal.
2. Proposed cleaning method, including precleaning,descaling,chemicals to be used, or
mechanical descaling method and final cleaning/passivation.
15066.doc 15066-1 Section 15066—Stainless Steel Pipe&Fittings
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. Certifications that welders are qualified, in accordance with ANSI B31.1,Paragraph 127.5
for shop and project site welding of pipe work.
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
1. ASTM A312 Standard Specification for Seamless and Welded Austenitic Stainless Steel
Pipes.
2. ASTM A530- Standard Specification for General Requirements for Specialized Carbon and
Alloy Steel Pipe. -~
3. ASTM A778-Standard Specification for Welded,Unannealed Austenitic Stainless Steel
Tubular Products.
B. American National Standards Institute(ANSI)
1. ANSI B 16.1 Cast Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250.
2. ANSI B16.9 Factory Made Wrought Steel Buttwelding Fittings.
3. ANSI B36.19 Stainless Steel Pipe
C. American Water Works Association(AWWA)
1. AWWA C I I I Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings.
D. American Society of Mechanical Engineers(ASME)
1. ASME B31.1 -Power Piping.
E. American Welding Society(AWS)
F. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
1.05 QUALITY ASSURANCE
A. Stainless steel pipe and fittings shall be furnished by a single manufacturer who is fully _
experienced,reputable,qualified and regularly engaged for the last 5 years in the manufacture of
the materials to be furnished. The pipe and fittings shall be designed,constructed and installed in
accordance with the best practices and methods and shall comply with this Section.
1.06 SYSTEM DESCRIPTION
A. Piping shall be installed in those locations as shown on the Drawings. w
B. The equipment and materials specified herein are intended to be standard types of stainless steel
pipe and fittings for use in transporting air and water.
15066.doc 15066-2 Section 15066—Stainless Steel Pipe&Fittings _
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.07 DELIVERY, STORAGE AND HANDLING
A. Care shall be taken in loading,transporting and unloading to prevent injury to the pipe and
fittings. Pipe and fittings shall not be dropped. Pipe and fittings shall be examined before
installation and no piece shall be installed which is found to be defective.
B. Refer to Section 01610,Transportation and Handling of Goods.
- C. All pipe and fittings shall be thoroughly cleaned before installation and shall be kept clean until
they are put into service.
PART 2 PRODUCTS
2.01 MATERIALS
A. All stainless steel pipe and fittings shall be fabricated from stainless steel sheet and conform to
ASTM A312 Type 316L. Carbon content of Type 316L and 304L material shall be 0.035
percent maximum. Finish shall be No. l or No. 2B. Pipe used for instrumentation connections
shall be ASTM A312 Type 316L.
y B. Pipe shall be die formed or rolled true to dimension and round. Tolerances for length, inside and
outside diameter and straightness shall conform to ASTM A530. The two edges of sheet shall be
brought to line so as not to leave a shoulder on the inside of the pipe. Ends of pipe and fittings
shall be perpendicular to the longitudinal axis. Longitudinal seams on pipe and fittings shall be
welded by either the tungsten gas or the metallic gas method. The interior welds shall be smooth,
even and shall not have an internal bead higher than 1/16 in. All pieces shall be marked with
gauge and type of stainless steel and with the initials of the inspector marked on the inside of
each piece,at each end.
C. Pipe and fittings shall be supplied with a minimum wall thickness of schedule 10 per ASTM 312
except for the following:
PjW Tag Thickness
1"Control Air-SS Schedule 40
3"Air Scrub-SS Schedule 40
= D. Fittings shall be smooth curve type up to 18 in diameter and mitered type 20 in diameter and
greater. Fittings shall conform to ANSI B 16.9.
E. Flanges for pipe 4 in and smaller shall be of the type of stainless steel as the pipeline,and shall be
welded directly to the pipe end, and shall be drilled to the 125 lb ANSI B 16.1 standard. Flanges
for pipe larger than 4 in shall have stub ends or rolled angle rings of the type of stainless steel as
_ the pipeline welded to the pipe end,with suitable gaskets between the mating surfaces and joined
through the use of 125 lb rated back up flanges, drilled to ANSI B 16.1,and made of Type 304
stainless steel. Where the pipe stub is to pass through a sleeve during installation, a split type
back up flange shall be used. Bolts,washers,nuts and other hardware for flange bolting shall be
Type 316 stainless steel.
F. Gaskets for flanged connections shall be a minimum of 1/16-in thick and shall be 45 to 55
duromeke(Shore A)neoprene.
15066.doc 15066-3 Section 15066—Stainless Steel Pipe&Fittings
l 1/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System _
G. Shop fabricated multiple output headers may be used in lieu of individual flanged fittings.
H. Remove all carbon deposits, greases,and oils by pickling and neutralization to aid the
regeneration of a uniform corrosion resistant chromium oxide film. Completely immerse all
stainless steel assemblies and parts after welding and brushing in a pickling solution as described
in Section 6.2.11 of ASTM A380-88. The solution shall be a nitric hydrofluoric solution as
defined in Table A.2.1 of Annex a2 of ASTM A30. Provide a final thorough rinse using
ordinary industrial or potable water and dry in conformance per Section 8.3 of ASTM A380. All
stainless steel pipe and fittings shall be pickled at the point of manufacturer. !
I. Pipe ends shall 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. Plain end pipe may be coupled with "Pressfit" style connectors, for pipe/tubing sizes
1-1/2 in and smaller,manufactured by the Victaulic Co. or by the use of grooved end couplings.
Grooving(or built up ends for Schedule 5s or 10s pipe)shall be of the coupling manufacturers -
standard type. MFSS is responsible for ensuring rigidity of joints where required. All normal
pipe joints at valves, bends,etc, shall be flanged,drilling per ANSI B 16.1, Class 125.
J. Shop welding of fabrications shall be done according to the procedures and by welders certified
per ASME Section IX. Welds shall be by an inert gas shielding process using only extra low
carbon filler metals. Welds shall have a bead height of no more than 1/16-in. Butt welds shall _
have 100 percent penetration to the interior or backside of the weld joint. Cross-sectional
thickness of welds shall be equal or greater than that of the parent metal.
K. Where required to permit disassembly of piping for equipment removal,plain end pipe shall be
joined by all stainless steel flexible couplings. Sleeve type couplings shall be of the Type 316L
stainless steel and shall be Style 38 as manufactured by Dresser Manufacturing Division of
Dresser Industries;coupling 411 as manufactured by Smith Blair, Inc. or equivalent couplings T
manufactured by Depend O Lok Co.
L. Where required to permit disassembly of piping for equipment removal,flanged coupling
adaptors shall be used to connect plain end pipe to equipment, fittings and valves. Flanged
coupling adaptors shall be of the Type 316L stainless steel and shall comply with AWWA C207.
Flanged coupling adapters shall be manufactured by Dresser Manufacturing Division of Dresser -
Industries; Smith Blair, Inc. or equal.
PART 3 EXECUTION —
3.01 INSTALLATION
A. All pipe and fittings shall be installed true to grade and alignment and pipe anchorage and/or
restraint shall be provided where required. Manufacturer's instructions shall be strictly followed.
B. All pipe and fittings shall be protected from dirt,dust,oil,grease and other foreign matter during
installation to prevent damage to pipe and to assure no foreign matter is left in the piping.
C. To assemble the joints in the field,thoroughly clean all joint surfaces and gaskets, if any,with
soapy water before assembly. Bolts shall be tightened alternately,evenly to the manufacturer's
specified torques. Under no condition shall extension wrenches or pipe over handle ratchet
15066.doc 15066-4 Section 15066—Stainless Steel Pipe&Fittings
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
wrenches be used to secure greater leverage. All electrical bonding or insulation shall be
installed as joints are made up.
D. Fittings, in addition to those shown on the Drawings, shall be provided if required. Due
consideration shall be given to thermal expansion/contraction over a temperature range of 200
degrees F.
E. When cutting of pipe is required, the cutting shall be done by machine neatly,without damage to
the pipe. Cut ends shall be smooth and at right angles to the axis of the pipe.
F. After installation, stainless steel pipe lines shall be washed clean with steam or hot water to
remove any foreign material picked up during transport.
3.02 JOINING FLANGED JOINTS
A. Flanged joints shall be made with gasket,bolts and nut bolts stud with a nut on each end, or studs
with nuts where the pipe is tapped. The number and size of bolts shall conform to the same
standard requirements as the flange.
3.03 FIELD WELDING
A. Welding in the field shall be done only if approved by the ENGINEER. Field welds shall be
made by welders certified under ASME Section IX and be equal in all respects to shop welds.
After field welding has been done, all joints shall be thoroughly cleaned and buffed using
deburring and finishing wheels.
3.04 FIELD PAINTING
A. Final field painting is included in Section 09902 except that for all stainless steel pipe,only
bands, labels and arrows rather than full pipe painting will be required.
3.05 CLEANING
A. After installation,completed lines shall be cleaned with Oakite deoxidizer or similar deoxidizer
as recommended by the manufacturer to remove all foreign matter, construction stains or shop
markings. Cleaned lines shall be rinsed clear with steam or hot water.
3.07 TESTING
A. Testing of the pipe is specified in Section 15051.
END OF SECTION
15066.doc 15066-5 Section 15066—Stainless Steel Pipe&Fittings
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE INTENTIONALLY LEFT BLANK
15066.doc 15066-6 Section 15066—Stainless Steel Pipe&Fittings
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 15067
STAINLESS STEEL TUBE,VALVES AND FITTINGS
FOR PNEUMATIC FLUID CONVEYANCE
PART 1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all stainless steel tubing,fittings,valves,etc necessary and specified in
Section 11300-A or Section 11300-B for the successful operation of the membrane filtration
_ system. Furnish all labor,materials,equipment and incidentals required to install,test,complete
and ready for operation all stainless steel tube,valves and fittings for pneumatic conveyance.
B. Where the word"pipe" is used it shall refer to tube, associated fittings, hangers, supports and
appurtenances unless otherwise noted.
C. Refer to Section 15051 for general piping requirements.
1.02 RELATED WORK
T A. Section 15051,Piping-General Requirements.
B. Section 15140,Pipe Hangers and Supports.
C. Section 15100, Valves and Appurtenances.
D. Section 01610,Transportation and Handling of Goods.
1.03 SUBMITTALS
A. Submit to the ENGINEER, in accordance with Section 01300 the following:
1. Catalogs cuts of all tubing,valves,fittings and appurtenances proposed to be incorporated
into the Work of this Section.
2. Shop drawings including dimensioned piping layouts and schedules, including fittings,
expansion joints, locations of valves and appurtenances,joint details,methods and locations
of supports and all other pertinent technical specifications for all piping to furnished. Shop
drawings shall include all data and information required for the complete piping systems.
All dimensions shall be based on the actual equipment to be furnished. Types and locations
of pipe hangers and/or supports shall be shown on the piping layouts for each pipe submittal.
3. Proposed cleaning method, including precleaning,descaling,chemicals to be used,or
mechanical descaling method and final cleaning/passivation as applicable.
` 1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
15067.doc 15067-1 Section 15067—Stainless Steel Tube,Valves&Fittings
for Pnuematic Fluid Conveyance
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1. ASTM A269—Standard Specification for Seamless and Welded Austenitic Stainless Steel
Tubing for General Service.
2. ASTM A270—Standard Specification for Seamless and Welded Austenitic Stainless Steel
Sanitary Tubing.
1.05 QUALITY ASSURANCE
A. Stainless steel tube,valves and fittings shall be furnished by a single manufacturer who is fully
experienced,reputable,qualified and regularly engaged for the last 5 years in the manufacture of
the materials to be furnished. The tube,valves and fittings shall be designed,constructed and
installed in accordance with the best practices and methods shall comply with this Section.
1.06 SYSTEM DESCRIPTION
A. Tube,valves and fittings shall be installed, or as hereinafter specified.
B. The equipment and materials specified herein are intended to be standard offerings of stainless
steel construction for use in transporting high pressure food grade hydraulic fluid.
C. Stainless steel tubing for the system listed below shall be designed for the following conditions:
1. System: Valve actuator hydraulic fluid.
a. Material: Type 316L Stainless Steel
b. Operating Pressure: 100 psig
c. Test Pressure: 150 psig
d. Nominal Outside Diameter: As per MFSS —
e. Nominal Wall Thickness: Gauge 16(3/4"dia maximum)
f. Temperature: 40OF to 1500 F
1.07 DELIVERY,STORAGE AND HANDLING
A. Care shall be taken in loading,transporting and unloading to prevent injury to the tube,valves
and fittings. Tube,valves and fittings shall not be dropped. Tube,valves and fittings shall be
examined before installation and no piece shall be installed which is found to be defective.
B. If any defective tube,valve or fitting is discovered after it has been installed, it shall be removed
and replaced with a sound tube,valve or fitting. All tube,valves or fittings shall be thoroughly =
cleaned before installation and shall be kept clean until they are put into service.
15067.doc 15067-2 Section 15067—Stainless Steel Tube,Valves&Fittings
for Pnuematic Fluid Conveyance
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
PART 2 PRODUCTS
— 2.01 MATERIALS
A. All stainless steel tubing, '/4-inch outside diameter and larger shall be seamless types fabricated
- from stainless steel ingots and conforming to ASTM A269. Tubing grade shall be 316L with a
carbon content not exceeding 0.035 percent. Tubing shall have scale free interior and exterior
through appropriate pickling or bright annealing process. Exterior surface finish shall be
polished in accordance with Finish "R" requirements of ASTM A270 to be mirror-like in
quality.
B. All stainless steel valves shall be suitable for 3000 psi hydraulic fluid control and isolation.
Valves shall be full-port, ball-type,of entire 316 stainless steel construction except for bushing
and glands which shall be constructed of UHMW polyethylene(ASTM D4020). Valves shall be
suitable for use with fitting system hereinafter specified. Valves shall be Whitey 40 series or
equal as manufactured by the Swagelok Co.
C. All stainless steel fittings shall be suitable for 3000 psi hydraulic fluid conveyance. Fittings shall
be of 316 stainless steel construction and of double ferrule compression design. Fittings shall be
field gageable to assure compression corrections are sufficiently tightened prior to system
pressurization. Fittings shall be the product of the Swagelok Co.or equal.
PART 3 EXECUTION
3.01 INSTALLATION
A. All tube,valves and fittings shall be installed true to grade and/or building alignments as
appropriate and tube anchorage and/or restraint shall be provided where required. Manufacturers
instructions shall be strictly followed.
B. All tube,valves and fittings shall be protected from dirt, dust,oil, grease and other foreign matter
during installation.
C. Compression fittings specified herein shall be gaged prior to system pressurization to assure
sufficient tightness.
3.02 FIELD TESTING
A. Field test installed hydraulic fluid conveyance system in accordance with Section 15051.
END OF SECTION
15067.doc 15067-3 Section 15067—Stainless Steel Tube,Valves&Fittings
for Pnuematic Fluid Conveyance
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE LEFT INTENTIONALLY BLANK
15067.doc 15067-4 Section 15067—Stainless Steel Tube,Valves&Fittings
for Pnuematic Fluid Conveyance
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 15100
VALVES AND APPURTENANCES
PART GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all materials,equipment and incidentals required for the successful
operation of the membrane filtration system as specified herein.
B. The equipment shall include, but not be limited to the following. However, items specified
herein may not be included in this project.
1. Valve Actuators-General
2. Valve Actuators-Pneumatic
3. Gate Valves
4. Ball Valves
5. Check Valves
6. Globe Valves
7. Plastic Valves
8. Pressure Relief Valves
9. Needle Valves
10. Pressure Regulating Valves
11. Solenoid Valves
12. Corporation Stop
13. Insulating Fittings
14. Gauges
15. Harnessing and Restrain
16. Floor Drains
17. Line Strainers
18. Service Clamps
15100.doc 15100-1 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
19. Quick Connect Couplings
20. Rotameters
1.02 RELATED WORK
A. Section 15140, Pipe Hangers and Supports.
B. Certain appurtenances for individual types of pipe or systems are specified with the specific —
type of pipe or system. However,additional items are specified in this Section.
C. Certain items similar to those specified in this Section may be specified to be furnished and =
installed with individual equipment or systems. In case of a conflict,those individual
equipment or system requirements shall govern.
D. Section 01136General Equipment Requirements.
E. Section 09901, Surface Preparation and Shop Prime Painting. _
F. Section 15105, Butterfly Valves.
1.03 SUBMITTALS 4
A. Submit materials required to establish compliance with these Specifications in accordance with
Section 01300. Submittals shall include the following:
1. Certified drawings showing all important details of construction and dimensions.
2. Descriptive literature, bulletins and/or catalogs of the equipment.
3. The total weight of each item. —
4. Operating characteristics of supplied valves including the number of turns to open,
intended service,and all other data required to ensure compliance with the Specifications.
5. A complete bill of materials.
6. Additional submittal data,where noted with individual pieces of equipment. !
B. Test Reports
1. Provide certified hydrostatic test data,per manufacturer's standard procedure or MSS-SP-
61 for all valves.
C. Certificates
1. For each valve specified to be manufactured,tested and/or installed in accordance with
AWWA and other standards, submit an affidavit of compliance with the appropriate
standards, including certified results of required tests and certification of proper
installation.
15100.doc 15100-2 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
.r
D. Operating and Maintenance Data
1. Operating and maintenance instructions shall be furnished to the Engineer as provided in
Section 01730. The instructions shall be prepared specifically for this installation and
shall include all required cuts,drawings,equipment lists,descriptions and other
information required to instruct operating and maintenance personnel unfamiliar with
such equipment.
T 1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
1. ASTM A48- Standard Specification for Gray Iron Castings.
2. ASTM A 126- Standard Specification for Gray Iron Castings for Valves, Flanges and
Pipe Fittings.
3. ASTM A 159- Standard Specification for Automotive Gray Iron Castings.
4. ASTM A240- Standard Specification for Heat-Resisting Chromium and Chromium-
Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels.
5. ASTM A276- Standard Specification for Stainless and Heat-Resisting Steel Bars and
Shapes.
6. ASTM A436 - Standard Specification for Austenitic Gray Iron Castings.
7. ASTM A536 - Standard Specification for Ductile Iron Castings.
8. ASTM B30- Standard Specification for Copper-Base Alloys in Ingot Form.
9. ASTM B62 - Standard Specification for Composition Bronze or Ounce Metal Castings.
n. B. American Water Works Association(AWWA)
1. AWWA C I I I -Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings.
2. AWWA C500-Gate Valves for Water and Sewage Systems.
3. AWWA C507-Ball Valves 6-in Through 48-in.
4. AWWA C508 - Standard for Swing-Check Valves for Waterworks Service,2-in Through
24-in NPS.
5. AWWA C509-Resilient-Seated Gate Valves for Water and Sewage Systems.
6. AWWA C511 -Reduced-Pressure Principle Backflow-Prevention Assembly.
7. AWWA C540-Power-Actuating Devices for Valves and Sluice Gates.
15100.doc 15100-3 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
8. AWWA C550-Protective Epoxy Interior Coatings for Valves and Hydrants.
9. AWWA C800-Underground Service Line Valves and Fittings.
C. American National Standards Institute(ANSI)
1. ANSI B2.1 -Specifications,Dimensions,Gauging for Taper and Straight Pipe Threads
(except dry seals).
2. ANSI B16.1 -Cast Iron Pipe Flanges and Flanged Fittings.
3. ANSI B 16.10-Face-to-Face and End-to-End Dimensions of Valves. ^,
D. American Iron and Steel Institute(AISI)
E. Manufacturer's Standardization Society of the Valve and Fittings Industry(MSS)
1. MSS-SP-61 -Pressure Testing of Steel Valves.
2. MSS-SP-70-Cast Iron Gate Valves, Flanged and Threaded Ends.
3. MSS-SP-71 -Cast Iron Swing Check Valves, Flanges and Threaded Ends. —
4. MSS-SP-72 - Ball Valves with Flanged or Butt-Welding Ends for General Services.
5. MSS-SP-78 -Cast Iron Plug Valves,Flanged and Threaded Ends.
6. MSS-SP-80- Bronze Gate,Globe,Angle and Check Valves.
7. MSS-SP-82 -Valve Pressure Testing Methods.
8. MSS-SP-98-Protective Epoxy Coatings for the Interior of Valves and Hydrants.
F. National Electrical Manufacturers Association(NEMA) _
G. Underwriters Laboratories(UL)
H. Factory Mutual Insurance(FM)
I. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
1.05 QUALITY ASSURANCE
A. Qualifications
1. Valves and appurtenances shall be products of well established firms who are fully
experienced,minimum 10 years,reputable and qualified in the manufacture of the
particular equipment to be furnished.
15100.doc 15100-4 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. The equipment shall be designed and fabricated in accordance with the best practices and
methods and shall comply with these Specifications as applicable.
3. All units of the same type shall be the product of one manufacturer.
B. Certifications
1. The manufacturers shall furnish an affidavit of compliance with Standards referred to
herein as specified in Paragraph 1.03C. Refer to PART 3 for testing required for certain
items in addition to that required by referenced standards.
C. Provide the services of a qualified and factory-trained service representative of the
manufacturer to provide operational and maintenance instruction, for a one-day,eight hour
period for each type of equipment:
1. Valve pneumatic operators.
2. Pressure regulating valves.
3. Surge relief valves.
D. Inspection of the units may also be made by the Engineer or other representative of the Owner
after delivery. The equipment shall be subject to rejection at any time due to failure to meet
any of the Specification requirements, even though submittal data may have been accepted
previously. Equipment rejected after delivery shall be marked for identification and shall be
removed from the job site at once.
1.06 DELIVERY
A. Reference is made to Section 01610 for additional information.
B. Packing and Shipping
1. Care shall be taken in loading and transporting to prevent injury to the valves,
appurtenances,or coatings. Equipment shall not be dropped. All valves and
appurtenances shall be examined before installation and no piece shall be installed which
is found to be defective. Any damage to the coatings shall be repaired as acceptable to
the Engineer.
2. Prior to shipping,the ends of all valves shall be acceptably covered to prevent entry of
foreign material. Covers shall remain in place until after installation and connecting
piping is completed.
_ a. All valves 3-in and larger shall be shipped and stored on-site until time of use with
wood or plywood covers on each valve end.
b. Valves smaller than 3-in shall be shipped and stored as above except that heavy
cardboard covers may be used on the openings.
C. Rising stems and exposed stem valves shall be coated with a protective oil film
which shall be maintained until the valve is installed and put into use.
15100.doc 15100-5 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
d. Any corrosion in evidence at the time of acceptance by the Owner shall be
removed,or the valve shall be removed and replaced.
1.07 MAINTENANCE
A. Special tools shall be submitted in accordance with Sections 01136 and 01750. The
manufacturer's standard spare parts, if required for normal operation and maintenance, shall be
supplied with the equipment in accordance with Section 01750.
B. Installation,operation,and maintenance manuals for all valves and appurtenances shall be
submitted in accordance with Section 01730.
C. Provide all special tools required for normal maintenance. Tools shall be packaged in a steel
case,clearly and indelibly marked on the exterior to indicate equipment for which tools are
intended.
PART2 PRODUCTS
2.01 MATERIALS AND EQUIPMENT-GENERAL
A. Reference is made to Division 1 for additional requirements, including nameplates,provisions
for temporary pressure gages,protection against electrolysis, and other requirements.
B. The use of a manufacturer's name and/or model or catalog number is for the purpose of
establishing the standard of quality and general configuration desired.
C. Valves and appurtenances shall have the name of the maker, nominal size, flow directional
arrows, working pressure for which they are designed and standard referenced,cast in raised -
letters or indelibly marked upon some appropriate part of the body.
D. Unless otherwise noted, items shall have a minimum working pressure of 150 psi or be of the
same working pressure as the pipe they connect to, whichever is higher and suitable for the
pressures noted where they are installed.
E. Joints, size and material
I. Except where noted,all joints referred to herein shall be of the same type,nominal R
diameter, material and with a minimum rating equal to the pipe or fittings they are
connected to.
2. Valves and appurtenances shall be of the same nominal diameter as the pipe or fittings they are connected to.
3. All valves,excluding PVC,exposed to view or in vaults. -
a. 3-in and smaller-threaded ends.
15100.doc 15100-6 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. 4-in and larger flanged ends.
F. Provide all special adaptors as required to ensure compatibility between valves,appurtenances
and adjacent pipe.
2.02 VALVE ACTUATORS-GENERAL
A. The valve manufacturer shall supply and integrally,rigidly mount all actuators, including any
— type of manual or powered actuators,on valves at the factory. The valves and their individual
actuators shall be shipped as a unit.
- B. Nonburied valves shall have an operating wheel, handle or lever mounted on the operator;
buried valves and those with operating nuts shall have a non-rising stem with an AWWA 2-in
nut. At least two tee handles shall be provided for all operating nuts.
C. All valves 3-in diameter or larger, with the valve center line located 7-ft or more above the
operating floor, shall be provided with chain wheel operators complete with chain guides and
hot dipped galvanized steel chain, which loop within 4-ft of the operating floor.
D. All actuators shall be capable of moving the valve from the full open to full close position and
in reverse and holding the valve at any position part way between full open or closed.
E. Each operating device shall have cast on it the word "OPEN" and an arrow indicating the
direction of operation. Valves greater than 4 inches shall turn clockwise(right)to open.
F. Floor boxes for operating nuts recessed in concrete shall be standard cast iron type,cast-in-
place,with fastening top by Clow or equal.
G. Stem guides shall be of the adjustable wall bracket type, bronze bushed,with maximum
spacing of 10-ft as manufactured by Clow; Rodney Hunt or equal. Extended operating nuts
and/or stems shall have universal joints and pin couplings, if longer than 10-ft and a rating of at
least five times the maximum operating torque. Stem adaptors shall be provided.
H. Where required by the installation,or as specified,provide the following: extended stem; floor
stand and handwheel;position indicator and etched or cast arrow to show direction of rotation
to open the valve;resilient seal around stem penetration of slab.
I. Gear Actuators
1. Unless otherwise noted, gear actuators shall be provided for the following: all valves of
larger than 8-in nominal diameter;all buried valves with operating shaft mounted
horizontally(butterfly,plug,etc.);where specified;where manual operator effort is
greater than 80 ft-lbs rim pull.
2. Gear actuators shall be of the worm or helical gear type with output shaft perpendicular to
valve shaft, having a removable hand wheel mounted on the output shaft.
3. Actuators shall be capable of being removed from the valve without dismantling the valve
or removing the valve from the line.
15100.doc 15100-7 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
4. Gearing shall be machine-cut steel designed for smooth operation. Bearings shall be
permanently lubricated,with bronze bearing bushings provided to take all thrusts and
seals and to contain lubricants. Housings shall be sealed to exclude moisture and dirt,
allow the reduction mechanisms to operate in lubricant and be of the same material as the
valve body.
5. Manual operator input effort to the handwheel shall be a maximum of 40 ft-lbs for
operating the valve from full open to full close, under any conditions. Gear actuators
shall indicate valve position and have adjustable stops. Maximum handwheel size shall be 24-in diameter.
6. Where required,gear reduction on actuated valves shall be accomplished by no more than
one reduction.Actuators shall be sized accordingly.
J. Additional valve actuators are included with the individual valve types.
K. All position indication and direction of opening arrows shall be embossed, stamped,engraved,
etched or raised decals.
L. Unless otherwise noted,all valves larger than 3-in nominal diameter shall be provided with
position indicators at the points of operation.
2.03 PNEUMATIC ACTUATORS
A. Unless otherwise noted all powered actuators shall utilize worm gear or helical gearing for all
size valves.
B. Air operated valves shall be equipped with double acting,pneumatic cylinder operators.
C. Cylinder operators shall be rack and gear type. Gearing shall be sealed in a semi-steel housing
and run in a lubricant. The operator shall clearly indicate valve position. An adjustable stop
shall be provided to set closing torque. Cylinders shall be corrosion resistant and provided with
rod wipers.
D. Provision shall be made for manual operation of the air operated valves through a 2-in square
nut for operation by a wrench.
E. Actuators shall be as manufactured by Morin,Tyco, Keystone or Bray.
2.04 GATE VALVES(2-1/2-IN AND SMALLER)
A. Gate valves 2-1/2-in diameter and smaller shall have flanged, screwed, or solder ends as
required and shall be brass,or bronze,or Type 304 stainless steel solid wedge, union bonnet,
rising-stem gate valves such as Figures 47 and 48 as manufactured by Jenkins Brothers or equal
products as manufactured by Crane; Fairbanks; Kennedy Valve Manufacturing Co.;
Lukenhiemer or equal.
B. All water valves 2-1/2-in and 3-in unless noted otherwise,shall be brass body gates and shall
be Jenkins No. 1240,or Hammond 1 B-647.
15100.doc 15100-8 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2.05 GATE VALVES(3-IN AND LARGER)
` A. General Requirements
1. Unless otherwise specified below,these requirements shall apply to all gate valves.
2. Gate valves shall meet the requirements of AWWA C500,AWWA C509 and AWWA
C550 as applicable to the type of valve specified.
3. Submerged valves shall be furnished with flanged joints and stainless steel hardware;
non-rising stem design.
4. Exposed valves shall be furnished with Class 125 flanged ends.
n 5. All-metal valves shall be manufactured of ASTM A126 Cast Iron, Class B, with bronze
mounting design.
n 6. Rising stem valves will not be accepted.
7. Non-rising stem valves shall use a double O-ring stem seal, except that packing shall be
used where geared operators are required.
8. Except as otherwise specified,valves shall be rated for the following working water
pressures:
Valve Size Pressure psig)
3-in to 12-in 200
14-in to 20-in 150
24-in and greater 125%of system pressure
a. All valve bodies shall be hydrostatically tested to at least twice the rated working
water pressure. In addition,valves shall be seat-tested,bi-directional at the rated
working pressure, with seat leakage not to exceed one fluid ounce per inch of valve
diameter per hour. Provide certificates of testing.
9. Flanged valves to have face-to-face dimensions per ANSI B16.1 and flanges per ANSI
_ B16.10.
10. Exposed valves 16-in and larger to have valve by-pass.
11. All bonnet and packing gland bolts shall be zinc or cadmium electroplated steel; packing
gland bolts shall have bronze nuts.
12. Exposed valves 16-in and greater indicated for horizontal stem installation shall be
furnished with rollers,tracks and scrapers and enclosed bevel gear grease case.
15100.doc 15100-9 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
13. Provide geared operator and chainwheel,chain and chain guides for valves with
handwheel centerline more than 7-ff above operating level.
14. All valves shall be marked per AWWA Standards, including name of manufacturer,valve
size and working pressure and year of manufacture.
15. Unless otherwise indicated,valves 12-in and smaller shall be capable of installation in the
vertical or horizontal position,and sealing in both directions at the rated pressure.
16. Valve operation shall be clockwise to open. Provide permanent label showing "OPEN"
and arrows.
17. All valves 12-in diameter and smaller shall be resilient seated as manufactured by
American Flow Control or approved equal.
B. Valve Applications
1. Valves for Potable Water Service.
a. Double disc design manufactured by American-Darling Valve;Kennedy Valve;
M&H Valve Company or equal.
b. Double revolving disc manufactured by American-Darling Valve.
2. At the MFSS's option and unless otherwise indicated, any of the listed valve styles may
be used,at no additional cost to the Owner.
C. Valve Requirements --
1. Double Disc
a. Conform to AWWA C500.
b. Wedging surfaces shall be bronze, monel or stainless steel.
2. Double Revolving Disc
a. Conform to applicable provisions of AWWA C500.
b. Wedging surfaces shall be monel or stainless steel.
C. Discs fully free to rotate, guided in travel by cast surfaces.
d. Disc rotation shall produce a self-cleaning action during opening or closing.
e. Wedging forces applied only when discs are in seating position.
2.06 BALL VALVES
A. Ferrous Ball Valves
15100.doc 15100-10 Section 15100—Valves and Appurtenances
11/30/2007 �'
City of Fort Worth
Northwest WTP—Membrane Filtration System
1. Ball valves shall be either ductile iron or carbon steel body, full bore, fire-safe, rated for a
line pressure of 150 psig. Except as noted, ball valves shall comply with AWWA C507.
2. The design of the valve shall be such that it shall provide suitable seating in both
directions. In order to determine the position of the ball within the valve(open or
closed),there shall be an easily visible, permanent, indicator located conspicuously on the
valve. Ball valves shall have Type 316 stainless steel seating surfaces. Seats shall be
Nitrile, Type 304 stainless steel, Type 316 stainless steel, or Butadiene. MFSS shall
select seat material based on intended service. The fully open port area shall be
approximately 100 percent of the nominal pipe area.
3. Valve shafts shall be ground and polished and shall be Type 304 stainless steel.
Teflon-lined bearings shall be supplied in both trunnions of the valve body.
4. The valves shall be constructed so that the seals, seats and balls are accessible for
replacement without dismantling the piping. The valves shall not require lubrication but
shall have stuffing boxes which can be packed with the valve in service without undue
leakage. Ball valves shall be as manufactured by Henry Pratt Co.,Aurora, IL;
Willamette, Portland, or equal.
5. Valve actuators shall conform to AWWA C507 and as specified herein.
B. Ball valves for instrument isolation piping shall be two-piece body valves as manufactured by
Flowtek,Trueline,or equal. The body and cap shall be of Type 316 stainless steel,the ball and
stem of Type 316 stainless steel and the seats and seals of TFE. The valves shall have full
floating ball and shall be non lubricated. Valve seats shall be easily accessible and replaceable.
— 2.07 CHECK VALVES
A. Swing check valves for metallic lines of 2-in to 24-in diameter shall be swing type and shall
.. meet the requirements of AWWA C508. The valves shall be iron body,bronze mounted,
single disc, 150 psi working water pressure, nonshock and hydrostatically tested at 300 psi.
1. When there is no flow through the line,the disc shall hang lightly against its seat in
practically a vertical position. When open,the disc shall swing clear of the waterway.
r 2. Check valves shall have bronze seat and body rings,extended bronze hinge pins and
bronze nuts on the bolts of bolted covers.
3. Valves shall be so constructed that disc and body seat may easily be removed and
replaced without removing the valve from the line. Valves shall be fitted with an
extended hinge arm with outside lever and weight. The position of the weight shall be
adjustable. Various weights shall be provided and installation approved by the Engineer.
Lever shall be installed to the horizontal in the closed position, for both horizontal and
vertical pipeline installations.
4. Check valves shall be by Ritepro,Keystone,Centerline,Checkrite,or equal.
B. Swing check valves 2-in and smaller for installation in copper and steel pipes shall be bronze,
— swing type, 125 lb with solder or screwed ends.
15100.doc 15100-11 Section 15100—Valves and Appurtenances
T 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
C. Wafer style check valves for air service shall be of the dual disk type with bodies constructed of
cast iron,ASTM A126, Class B. Disc shall be fabricated of ductile iron,ASTM A536 and
shall be electroless nickel plated. Body seat material shall be Buna-N. Spring material shall be
Type 316 stainless steel. The ends shall be plain. The valve shall be by APCO;Val-Matic;
GA;Keystone Crane/Centerline Series 800 or equal.
D. Wafer style check valves for permeate lines shall be of the dual disk type with bodies
constructed of cast iron. Disc shall be fabricated of 316 stainless steel. Body seat material
shall be Buna-N. Spring material shall be Type 316 stainless steel. The valve shall be
Centerline Series 800,Valmatic Type 1400,or equal.
2.08 GLOBE VALVES
A. Globe valves for lines shall have a bronze body,renewable full plug stainless steel disc,
renewable stainless steel seat and 400 lb cold water non-shock working pressure. Globe valves
shall be Figure 3245P as manufactured by Walworth Co.;Valley Forge,PA,or equal.
2.09 PLASTIC VALVES
A. General
1. All valves shall be certified as completely compatible with the intended and specified
service;compatibility shall apply to the material of the valve and internal components,
including all seals,gaskets,O-rings and washers; solvents and primers used in valve joint
make-up shall be specifically in conformance with the written instructions of the valve
supplier. Service chemicals and service conditions are shown in the piping specifications
in Division 15.
2. Except as otherwise specified valve ends shall be socket-type designed for solvent
welding. The valve manufacturer shall provide specific recommendations for solvent and
primer. t
3. Valve material shall be the same as the piping service except as specified.
a. PVC shall be Type 1, Grade 1,per ASTM D 1784 classification, made from
unplasticized polymer,and generally suitable for service to 120 degrees F.
b. Polypropylene(PP)shall conform to the material requirements of ASTM D4101 for
copolymer polypropylene.
C. PVDF(polyvinylidene fluoride)shall be manufactured from high molecular weight
polymers of vinylidene fluoride.
d. The manufacturer of the valves shall retain material source quality documentation
and shall furnish it to the Engineer upon request.
15100.doc 15100-12 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
4. Unless otherwise specified:
a. O-rings,valve seats and stem seals shall be teflon, or teflon encapsulated elastomer.
Alternative materials may not be substituted without complete documentation
provided to the Engineer of service suitability.
b. Gaskets shall be made from PTFE-bonded sheet material,GORE-TEX
manufactured by W.L. Gore&Associates,AV Low-Torque gaskets by Asahi of
America,or equal.
C. Valve external hardware shall be Type 316 stainless steel. No internal metallic
components shall be exposed to the service fluid.
d. No factory or field coatings shall be applied to the valves.
5. All valves,except butterfly valves shall have a non-shock service pressure rating of not
less than 120 psig at 70 degrees F
6. All valves shall be given hydrostatic and pressure and leakage tests at the factory.
Provide certified copy of test results.
7. Valves shall be the standard,catalogued products of the following manufacturers:
a. Chemtrol
b. Asahi/America
C. Plast-O-Matic
d. Hayward
e. Chemline
w B. Ball Valves
1. Ball valves shall be the socket-ended type,unless otherwise specified,with full-port
opening.
2. Provide quarter-turn manual valve operator and valve seat adjustability.
C. Needle Valves shall be designed for close control of flow throttling with a multi-turn valve
handle.
D. Check Valves
1. Ball check valves shall be double-union style with socket ends, solid and completely
spherical ball and capable of either horizontal or vertical mounting.
15100.doc 15100-13 Section 15100—Valves and Appurtenances
" 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2 Swing Check valves shall be flanged, full-ported,with top entry access for disc inspection
and removal. Furnish with outside lever and weight,with weight position along lever
arm adjustable.
2.10 PRESSURE RELIEF VALVES
A. Angle-pattern design,with adjustable relief pressure and locking nut. Spring-loaded, with
pressure adjustable over range up to 100 psig.
B. The valve spring shall be elastomer-coated and isolated from the process flow. Provide teflon
diaphragms.
C. Relief valves shall be piped as indicated, and if not indicated,the relief piping shall be directed
to the floor or adjacent gutter or drain.
D. Pressure relief valve settings shall be set to a pressure as recommended by the pump or
equipment supplier and adjusted at the time of equipment testing, inspection and start-up.
2.11 NEEDLE VALVES
A. Needle valves shall have a cast bronze body and be constructed in accordance with ASTM B62
and shall be designed for an operating pressure of 125 psi and a 200 psi test pressure. Ends
shall be ANSI B2.1 threaded. The valves shall have a rising bronze stem and non-slip
malleable iron hand wheel. The needle valves shall be Figure 680 as manufactured by the
William Powell Company,Cincinnati,OH,or Figure 88 as manufactured by Crane Company, T
Valve Division,Chicago, IL,or equal.
B. Stainless steel needle valves shall have a 316 stainless steel body. Stainless steel needle valves t
shall be as manufactured by Whitey,or equal.
2.12 PRESSURE REGULATING VALVES .,
A. Pressure regulating valves shall be factory tested. Outlet pressure shall be easily field
adjustable over the pressure ranges.
B. All pressure regulating valves shall have flanged connections,or shall have unions mounted in
the pipe on each side of the valve.
C. Strainers if required for installation upstream of pressure regulating valves shall be provided.
The pressure regulating valve manufacturer shall specify the screen mesh or size of perforations
that are required to protect the regulating valve. The valve supplier shall furnish both valve —
and strainer.
D. Pressure Regulating Valves-3-in and larger —
1. Valves 3-in and larger and for pressure regulating shall be flanged with globe body, fully
bronze mounted,external pilot operated,piston or diaphragm type single seat with seat —
base equal to size of valve and shall be equal to the Figure 4500D Pressure Reducing
Valve as manufactured by GA Industries Inc.,Pittsburgh, PA;Clayton Model 90 by
15100.doc 15100-14 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
Cla-Val Company,Newport Beach,CA; Bailey, Fresno,CA; similar models by Ross;
OCV; Watts/Muesecos or equal.
2. The valve shall be packed with material acceptable to the Engineer to insure tight closure
and prevent metal to metal friction and sticking. The valve shall be furnished with
indicator rod,to show position of opening of the piston,and pet cocks for attachment to
valve body for receiving gauges for testing purposes.
3. The pilot valve, controlling operation of the main valve, shall be easily accessible and so
arranged to allow for its removal from the main valve, while the main valve is under
pressure. The pilot valve shall be easily adjustable without removal of the springs,
weights or use of special tools. The control piping on the valves shall have strainers to
prevent plugging of control mechanisms.
4. The design shall be such that repairs and dismantling internally of main valve may be
made without its removal from the line.
5. The unit shall be flanged. The valve body shall be constructed of cast iron.
6. The valve shall maintain pre-adjusted downstream pressure for varying rates of flow
through the positioning of the piston diaphragm by the pilot without causing: water
4 hammer or waste of water and without cavitation.
E. Pressure Regulating Valves-2-in and Smaller
1. Pressure regulating valves 2-in and smaller shall be rated 150 psig working pressure, with
bronze and brass body;renewable stainless steel seat and flexible diaphragm of suitable
material. Outlet pressure shall be easily field adjustable over the pressure ranges
tabulated.
2. Pressure regulating valves 2-in and smaller shall be Figure No.43D as manufactured by
GA Industries, Inc.; Model 30A by Bailey or equal.
2.13 SOLENOID VALVES
A. Solenoid valves shall be packless piston type direct acting for sizes less than 1-in and internal
— pilot operated for sizes 1-in and larger, 2-way or 3-way,valves and shall be ASCO Valve; Red
Hat as manufactured by Automatic Switch Co.,0290 as manufactured by BurkeM equal by
Atkomatic Valve Co.or equal for air and water service.
B. Valves shall have forged brass or 316 stainless steel bodies,NPT end connections of the
connected piping Type 304 or 316 series stainless steel internal parts,and Buna-N or Ethylene
Propylene valve seats. Valves shall have a minimum 150 psig safe working pressure and zero
minimum operating pressure differential. Connections shall be threaded.
2.14 CORPORATION STOPS
A. Corporation stops shall be of bronze or brass and shall be designed and manufactured in
accordance with AWWA C800, except as modified herein.
15100.doc 15100-15 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. Corporation stops shall have Mueller inlet threads except that corporation stops for use with
service clamps shall have IPS threads. Where corporation stops are used with plastic pipe,a
brass companion flange shall be provided on the outlet of each corporation stop. —
C. Corporation stops shall be as manufactured by Crane; Ford;McDonald or equal.
2.15 INSULATING FITTINGS —
A. Fittings shall be of type to provide control of electrolysis and equal to "Dielectric"as
manufactured by Watts Regulator Co.,or equal. —
2.16 GAUGES
A. All gauges of a single type(pressure,differential pressure,temperature)shall be the products of
one manufacturer.
B. Bosses,connections,or nipples for gauges shall be provided as acceptable to the Engineer.
Unbossed tappings shall not be acceptable. Where gauge tappings are not available in the
suction or discharge nozzle,the necessary tapping in the adjacent piping shall be made.
C. Pressure Gauges:
1. Pressure gauges shall be furnished on the upstream and downstream sides of pressure
reducing stations and in the suction and discharge nozzle of all pumps,compressors and
similar equipment. Additional pressure gauges shall be furnished and installed as
specified with individual equipment.
2. Gauges shall be furnished as part of a complete factory assembly, including gauge,
snubber, liquid fill,bar stock ball valve isolation valve and threaded red brass connecting -
piping.
3. Unless otherwise noted,gauge rating shall be from 0 to at least 2.5 percent higher than
the rating of the pipe it is connected to.
D. Gauges shall be furnished from standard ranges of the manufacturer, with dual range(ft and
psi)scales,as directed by the Engineer.
E. Refer to Section 13315 for additional specified gauge requirements. Y
2.17 HARNESSING AND RESTRAINT
A. Where harnessed couplings or adapters are noted,they shall conform to AWWA Manual MI I
except as modified by this Section.
B. Unless otherwise noted, size and material for tie rods,clamps,plates and hex nuts shall be as
required in AWWA Manual M11. Manufactured restraining clamp assemblies shall be as
manufactured by Stellar Corporation,Columbus,OH,or equal.
C. Restrained joints(such as welded, locking mechanical joints)shall be of the type specified with
the individual type of pipe. If not specified, restrained(locking)mechanical joint pipe shall be
15100.doc 15100-16 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
of the manufacturer's standard design utilizing a locking device(ring or ears)integrally cast
with the pipe.
D. For up through 18-in diameter ductile iron pipe only,the following may be used as an
alternative to other restraint system:
1. The optional mechanical joint restraints shall be incorporated in the design of a follower
gland. The gland shall be manufactured of ductile iron conforming to ASTM A536.
Dimensions of the gland shall be such that it can be used with the standardized
mechanical joint bell and tee-head bolts as specified with the pipe.
2. The restraint mechanism shall consist of numerous individually activated gripping
surfaces to maximize restraint capability. The gripping surfaces shall be wedges designed
to spread the bearing surfaces on the pipe. Twist-off nuts, sized same as tee-head bolts,
shall be used to ensure proper actuating of restraining devices. When the nut is sheared
off, standard hex nut shall remain.
3. The mechanical joint restraint device for ductile iron pipe shall have a working pressure
T of at least 250 psi with a minimum safety factor of 2:1.
4. The mechanical joint restraint devices shall be of the type listed below or equal.
E. The MFSS shall be responsible for anchorage including restraint.
2.18 FLOOR DRAINS
A. Floor drains shall have 8-in square,adjustable,bronze top strainers and coated cast iron bodies.
B. Floor drains shall have outlet connections for 4-in cast iron bell and spigot soil pipe except
where required by other type pipe. They shall be Series No. 30004-8S by Josam, similar by
Tyler or equal.
2.19 LINE STRAINERS
A. "Y"Type Strainers
1. Manual strainers furnished for pipe diameters smaller than 2-in shall be "Y"type, capable
of removing solids 0.01-in in diameter and larger. The strainer body shall be of
semi-steel construction for steel pipe and brass or bronze for copper pipe and shall
conform to the latest revision of ASTM A278,Class 30. Strainer elements, including
V woven wire mesh, shall be constructed of stainless steel.
2. The design of the strainer body shall be such that the cleanout plug and screen may be
easily removed to permit inspection and cleaning without disassembly of the inlet and
outlet piping. End connections shall be ANSI screwed pipe threads.
3. Sufficient spare screen shall be furnished for replacement of all "Y"type units at least
once. The strainers shall be designed for a maximum operating pressure of 150 psig.
They shall be as manufactured by GA Industries Inc., Pittsburg, PA or equal.
15100.doc 15100-17 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. Manual Basket Strainer
1. Manual basket strainers shall be furnished for pipe diameters 2-in in diameter and larger.
The strainer body shall be of cast iron construction. The strainer elements, including
woven wire screen, shall be constructed of Type 304 stainless steel. The design of the
basket strainer body shall be such that the bolted lid and basket may be easily removed
for inspection and cleaning without disassembly of the inlet and outlet piping.
2. A trap with a blow-off port shall be provided for removing any material that may settle at
the bottom. The strainers shall be designed for a maximum operating pressure of 150
psig,and shall be 74-DS as manufactured by GA Industries Inc.,Pittsburg, PA or equal.
3. Proper blowoff piping with valve shall be supplied and run to nearest drain.
2.25 SERVICE CLAMPS
A. Service clamps for outlet sizes up to 2-in shall have malleable or ductile iron bodies which
extend at least 160 degrees around the circumference of the pipe and shall have neoprene _
gaskets cemented to the saddle body. Bodies shall be tapped for IPS. Clamps shall be of the
double strap design. Service clamps shall be Style 91 by Dresser Industries, Inc.; Smith Blair;
Mueller or equal.
B. Service clamps for outlet sizes 4-in through 12-in where the outlet size is not greater than half
the size of the main pipe shall have ductile iron bodies and a neoprene circular cross section
0-ring gasket confined within the body. Outlet shall be AWWA C110 flange or AWWA CI I I
mechanical joint as required for the application. Straps shall be alloy steel,minimum 1/4-in by
1-1/2-in in cross section and fabricated with 3/4-in threaded ends. Service clamps shall be Fig.
A-10920 or A-30920 by American Cast Iron Pipe Company or equal.
2.26 QUICK CONNECT COUPLINGS
A. Couplings shall be of the cam and groove type consisting of a male adapter conforming to
MIL-C-27487. Male adapters shall be designed to receive a female coupler without requiring
threading,bolting, or tools. Connections shall remain tight and leakproof under pressures up to
100 psig. Each adapter shall be furnished with a dust cap complete with a 18-in long security
chain of corrosion resistant material. Couplings shall be by Civacon, a Division of Dover
Corporation; Ever-tite or equal.
2.27 ROTAMETERS
A. Rotameters for the shall be of the glass tube type with Borosilicate glass tubes, Type 302 Y
stainless steel frames with slip-on covers, 10-in detached type aluminum scales graduated in
gallons per minute, 10:1 flow range,accuracy of 2 percent of full scale and vertical screwed
end connections. Capacity, size and materials of construction shall be in accordance with the
following table. Tube size shall be the same size as the end connections. Pressure drop at rated
capacity shall not exceed 32-in of water.
15100.doc 15100-18 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2.28 SURFACE PREPARATION AND SHOP COATINGS
A. Not withstanding any of the these Specifications,all coatings and lubricants in contact with
potable water shall be certified as acceptable for use with that fluid.
B. If not specified herein, coatings shall comply with the requirements of Section 09901. In case
of a conflict,the requirements of this Section govern.
C. If the manufacturer's requirement is not to require finished coating on any interior surfaces,
then manufacturer shall so state and no interior finish coating will be required, if acceptable to
the Engineer.
D. The exterior surface of various parts of valves,operators,floor-stands and miscellaneous piping
shall be thoroughly cleaned of all scale,dirt, grease or other foreign matter and thereafter one
shop coat of an approved rust-inhibitive primer such as Inertol Primer No. 621 shall be applied
in accordance with the instructions of the paint manufacturer or other primer compatible with
the finish coat to be provided.
E. Unless otherwise noted, interior ferrous surfaces of all valves(except mounting faces/surfaces)
shall be given a shop finish of coating in conformance with AWWA C550 with a minimum
thickness of 4 mil.
F. Ferrous surfaces obviously not to be painted shall be given a shop coat of grease or other
suitable rust-resistant coating. Mounting surfaces shall be especially coated with a rust
preventative agent.
G. Special care shall be taken to protect uncoated items and plastic items,especially from
environmental damage.
2.29 FACTORY INSPECTION, TESTING AND CORRECTION OF DEFICIENCIES
A. Factory inspection,testing and correction of deficiencies shall be done in accordance with the
referenced Standards and as noted herein.
B. See Division 1 for additional requirements. Also refer to PART 1 of this Section,especially for
required submission of test data to the Engineer.
C. In addition to all tests required by the referenced Standards,the following shall also be factory
tested:
= I. Pressure regulating valves shall be factory tested at the specified pressures and flows.
PART 3 EXECUTION
3.01 INSTALLATION-GENERAL
A. All MFSS supplied valves will be installed by the General Contractor and overseen by the
MFSS.
15100.doc 15100-19 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3.02 TESTING AND CORRECTION OF DEFICIENCIES
A. No testing shall be performed until the manufacturer's service engineer has provided written #'
certification that the following installed equipment has been examined and found to be in
complete accordance with the manufacturer's requirements.
B. Functional Test: Prior to plant startup,all items shall be inspected for proper alignment,quite
operation,proper connection and satisfactory performance. All units shall be operated
continuously while connected to the attached piping for at least 2 hours,without vibration,
jamming, leakage,or overheating and perform the specified function.
C. The various pipe lines in which the valves and appurtenances are to be installed are specified to
be field tested. During these tests any defective valve or appurtenance shall be adjusted,
removed and replaced,or otherwise made acceptable to the Engineer.
D. Various regulating valves,strainers,or other appurtenances shall be tested to demonstrate their
conformance with the specified operational capabilities and any deficiencies shall be corrected
or the device replaced or otherwise made acceptable to the Engineer.
END OF SECTION
15100.doc 15100-20 Section 15100—Valves and Appurtenances
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 15105
BUTTERFLY VALVES
PART 1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all materials,equipment, and incidentals necessary to furnish butterfly
valves as specified herein.
1.02 RELATED WORK
A. Section 15100,Valves and Appurtenances.
B. Division 9, Painting and Labeling.
C. Section 01136,General Equipment Requirements.
D. Section 11300-A, Submerged Membrane Filtration System.
E. Section 11300-13, Pressure Membrane Filtration System.
1.03 GENERAL DESCRIPTION
A. All of the valves and materials specified herein are intended to be products of proven ability for
use in controlling the flow of fluids under pressure.
B. Valves,appurtenances,and miscellaneous items shall be supplied substantially as required to
operate the membrane filtration system.
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
B. American National Standards Institute(ANSI)
C. American Iron and Steel Institute
D. National Electrical Manufacturer's Association(NEMA)
1.05 SUBMITTALS
A. Submittals shall be in accordance with Section 01300 submittal requirements.
B. Complete information on the butterfly valves and appurtenances to be supplied shall be furnished
to the Engineer. Information shall include as affidavit of compliance with the governing standard,
manufacturers data sheets, dimensions,material descriptions,design drawings,operating
15105.doc 15105-1 Section 15105—Butterfly Valves
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
characteristics,number of turns to open, intended service, and all other data required to ensure
compliance with these Specifications.
C. All submittals shall reference the valve tag number and location of the valve.
1.06 MANUFACTURER'S QUALIFICATIONS —
A. The butterfly valve manufacturer shall demonstrate and document with shop drawing submissions
at least 5 years of experience in the manufacture of valves of the type, size,design,and class —
contemplated for provision herein.
1.07 SPECIAL TOOLS AND SPARE PARTS
A. Special tools and the manufacturer's standard stock of spare parts, if required for normal operation
and maintenance of the valve, shall be supplied with each distinct type or size of butterfly valve. _
Refer to Section 01136 for special tools and Section 01750 for spare parts.
1.08 DELIVERY, STORAGE AND HANDLING
A. Delivery, storage and handling of all valves shall be in accordance with Section 01610,
Transportation and Handling of Goods.
PART 2 PRODUCTS
2.01 GENERAL REQUIREMENTS
A. Unless otherwise specified,all butterfly valves shall be flanged ends conforming to AWWA C115,
150 lb flange.
B. Actuators shall be in accordance with Section 15100.
C. Unless otherwise specified,all valves shall be right hand to open(clockwise). Each valve body or
actuator shall have cast thereon the word OPEN and an arrow indicating the direction to open.
D. All ferrous metal surfaces of valves and accessories shall be shop painted for corrosion protection. T
All butterfly valves shall have an interior epoxy coating in compliance with AWWA C550.
E. Bolts,nuts and studs shall be Type 304 stainless steel. Bolts and nuts shall be hexagon heads.
F. Seats and seals shall be based upon the following: EPDM for water service;teflon-PTFE for
compressed air service and Viton or RTFE for process air.
G. Valve shafts shall be turned,ground,and polished and shall be constructed of Type 304 or 316 or
ASTM A-564 stainless steel. On valves larger than 20-inch,and all Class 250 valves,the disc =
shall be secured to the shafts with pins. These pins shall be of the same material as the shaft and
pass completely through the disc and shaft. Pins shall be tightly secured with lockwashers and
nuts to ensure line vibrations cannot loosen the connection. On Class 150 butterfly valves smaller
than 20-inch,stainless steel pressure fit pins may be used.
15105.doc 15105-2 Section 15105—Butterfly Valves
l 1/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
H. Valve bearings shall be sleeve type,corrosion resistant,and self-lubricating. Bearing load shall
not exceed 20 percent of the compressible strength of the bearing or shaft materials, and shall be
secured in the trunion by a machined ledge. Ferrous bearings in the flow stream shall not be
allowed.
I. After each valve is completely assembled, including the actuator, it shall be operated several times
in the factory to ensure it is in working condition. Each Class 150 valve shall be shop tested and
certified for leakage with the disc in the horizontal plane, in accordance with AWWA C504.
2.02 BUTTERFLY VALVES FOR GENERAL SERVICE-LESS THAN 30-INCHES
_ A. Unless otherwise specified,valves 8-inches and larger shall be lugged style. Valves smaller than
8-inches shall be wafer or lug style.All wafer and lug valves shall be suitable for dead-end service.
B. Butterfly valves shall have cast iron bodies(ASTM A 126 Class B or A48 Class 40)and type 316
stainless steel discs with Type 316 stainless steel stems.
C. All valves shall be equipped with gear actuators, lubricated and sealed to prevent the entry of dirt
or liquids into the actuator.
D. On butterfly valves 30-inch and larger,the actual minimum inside dimension at any point in the
valve shall not be less than 1.5-inch less than the nominal valve size.
E. Seats and seals shall be based upon the following: EPDM for water service;teflon-PTFE for
compressed air service and Viton or RTFE for process air.Valves 18-inch diameter and larger
shall be furnished with the seat attached to the valve disc. All attachment hardware shall be 316
SST.
F. All valves shall be furnished with two upper and one lower bearings/bushings of PTFE material.
Shaft seals shall be provided to prevent leakage and to protect bearings from internal or external
corrosion.
F. Valve seats shall be of the reinforced resilient type and shall be field replaceable. Seats shall also
- act as a body liner to prevent flow from contacting the body casing. Seats shall have flange sealing
to provide a positive seal without use of flange gaskets.
G. Body wall shall exceed requirement for AWWA C504 Class 150 standard.
I. The disc shall be secured to the shaft using at least 2 Type 316 stainless steel pins or self locking
setscrews.
J. Butterfly valves shall be as currently manufactured by Keystone, DeZurik, Bray or equal.
K. PVC butterfly valves shall be by Chemtrol,Asahi,or equal.
2.03 BUTTERFLY VALVES FOR CHLORINE OR OTHER CONCENTRATION CHEMICAL
A. Valves shall be flange, 150 psi class butterfly valves using cast iron body and teflon coated disc
with a replaceable valve seat.
15105.doc 15105-3 Section 15105—Butterfly Valves
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. Butterfly valves shall be as currently manufactured by Keystone,DeZurik,or equal.
PART 3 EXECUTION
3.01 INSTALLATION
A. All butterfly valves will be installed by the General Contractor and overseen by the MFSS.
3.02 SHOP COATINGS
A. Valves and appurtenances which will be installed in-plant shall have their exterior surfaces painted
as required in Division 9.
END OF SECTION
15105.doc 15105-4 Section 15105—Butterfly Valves
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 15120
PIPING SPECIALTIES
PART 1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all piping specialties specified in Section 11300 for the successful
operation of the membrane filtration system.
B. The following piping system appurtenances are specified herein:
1. Miscellaneous Adaptors
2. Appurtenances and Miscellaneous Items
3. Double ball flexible expansion joints.
4. Insulating Fittings
5. Coalescing filters for air service
-- 6. Protective wrapping.
7. Flex(Sleeve)couplings.
8. Flanged coupling adaptors.
1.02 RELATED WORK
A. Piping materials and systems are included in other Sections of Division 15.
B. Section 15100, Valves and Appurtenances.
C. Section 09901, Surface Preparation and Shop Prime Painting.
D. Division 13, Instrumentation and Controls.
1.03 SUBMITTALS
A. Submit complete shop drawings for all appurtenances and equipment supplied in accordance with
Section 01300 and Section 15051, including dimensioning, fittings, locations of appurtenances,
joint details, methods and locations of supports and all other pertinent technical specifications.
B. Provide manufacturer's product data for each type of flowmeter and appurtenances required
demonstrating compliance with these specifications.
— C. Installation,operation and maintenance data in accordance with Section 01730.
15120.doc 15120-1 Section 15120—Piping Specialties
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM) —
1. ASTM A36 - Standard Specification for Structural Steel.
2. ASTM A183 -Carbon Steel Track Bolts and Nuts.
3. ASTM A 278, Class 30- Specification for Gray Iron Castings for Pressure-Containing Parts
for Temperatures up to 650T.
4. ASTM A307-Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. Y
5. ASTM A325 - Standard Specification for High-Strength Bolts for Structural Steel Joints.
6. ASTM A575 - Standard Specification for Steel Bars, Carbon,Merchant Quality,M-Grade.
7. ASTM B62 - Standard Specification for Composition Bronze or Ounce Metal Castings.
8. ASTM B88 - Standard Specification for Seamless Copper Water Tube.
B. American National Standards Institute(ANSI)
1. ANSI A 13.1 - Scheme for the Identification of Piping Systems.
2. ANSI B 1.1 -Unified Inch Screw Threads(UN and UNR Thread Form)
3. ANSI B2.1 - Specifications,Dimensions,Gauging for Taper and Straight Pipe Threads
(except dry seals).
4. ANSI B 16.5 -Pipe Flanges and Flange Fittings
5. ANSI B 18.2 - Square and Hex Bolts and Screws Inch Series Including Hex Cap Screws and
Lag Screws. T
6. ANSI B31 -Code for Pressure Piping, B31 Interpretation.
C. American Society of Mechanical Engineers(ASME)
D. American Welding Society(AWS)
1. AWS B3.0- Welding Procedure and Performance Qualifications
E. American Water Works Association(AWWA) -`
1. AWWA C-206-Grooved and Shouldered Type Joints.
2. AWWA Manual M11 - Steel Pipe-A Guide for Design and Installation.
F. Compressed Gas Association, Inc. (CGA)
15120.doc 15120-2 Section 15120—Piping Specialties
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1. V-6-Standard Cryogenic Liquid Transfer Connections.
— 2. CGA Publication G-4-1,Cleaning Equipment for Oxygen Service.
G. International Organization for Standardization(ISO)
H. Where reference is made to one of the above standards,the revision in effect at the time of
proposal opening shall apply.
1.05 QUALITY ASSURANCE
A. All materials shall be new and unused.
B. Piping shall meet requirements of local codes.
C. Provide manufacturer's certification that materials meet or exceed minimum requirements as
specified. Reference to standards such as ASTM and ANSI shall apply to those versions in effect
at the time of bid opening.
D. Coordinate dimensions and drilling of flanges with flanges for valves, and other equipment to be
installed in piping systems. Bolt holes in flanges to straddle vertical centerline.
E. Reject materials contaminated with gasoline, lubricating oil, liquid or gaseous fuel,aromatic
compounds,paint solvent,paint thinner and acid solder.
F. Pipe joint compound, for pipe carrying flammable or toxic gas, shall bear approval of
Underwriters'Laboratories or Factory Mutual Engineering Division.
G. All materials and appurtenances of like kind shall be identical and furnished by one,reputable
manufacturer.
H. Unless otherwise specified,pressures referred to in all Piping Sections are expressed in pounds per
square inch gauge above atmospheric pressure, psig, and all temperatures are expressed in degrees
Fahrenheit.
1.06 DELIVERY, STORAGE AND HANDLING
A. Delivery, storage, and handling shall be in accordance with Section 01610.
B. During loading,transportation and unloading,take care to prevent damage to equipment.
Carefully load and unload equipment under control at all times.
PART 2 PRODUCTS
2.01 MATERIALS AND EQUIPMENT
— A. Specific piping materials and appurtenances are specified in the respective Piping or System
Sections. The use of a manufacturer's name and/or model number is for the purpose of
establishing the standard of quality and general configuration desired.
15120.doc 15120-3 Section 15120—Piping Specialties
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. Equipment shall have the name of the maker,nominal size, flow directional arrows(if applicable),
working pressure for which they are designed and standard referenced specifications cast in raised
letters or indelibly marked upon some appropriate part of the body.
C. Unless otherwise noted, items shall have a minimum working pressure of 150 psig or be of the
same working pressure as the pipe they connect to,whichever is higher and suitable for the —
pressures noted where they are installed.
2.02 MISCELLANEOUS ADAPTORS
A. Between different types of pipe and/or fittings special adapters may be required to provide proper
connection. It is the MFSS's responsibility to ensure proper connection between various types of
pipe,to structures and between pipe and valves,gates,fittings and other appurtenances. The
MFSS shall provide all adapters as required,whether specifically noted or not.
B. As required,these adapters shall be suitable for direct bury, with proper dielectric insulation and as
a minimum, if metallic(not stainless steel or galvanized), with two coats of Coal Tar Epoxy.
2.03 APPURTENANCES AND MISCELLANEOUS ITEMS
A. Special protective tape shall be fabric reinforced petroleum tape as manufactured by Denso Inc.,
Houston,TX,or equal. Petroleum tape shall not be used with air. `
B. Automatic Liquid Drain Traps
1. Automatic liquid drain traps shall be installed as specified herein. The liquid drain trap shall
be of the float type. Body shall be stainless steel, and valve mechanism shall be stainless steel
with hardened working surfaces designed to retain a water seal at all times. An NPT tapping
shall be provided for a balance pipe. All internal parts are to be renewable and field
serviceable. Drain trap shall be as manufactured by Spirax Sarco FA-150,Armstrong 11-CD,
or equal. _
2.04 DOUBLE BALL FLEXIBLE EXPANSION JOINT
A. Double ball flexible expansion joints shall be manufactured of ductile iron conforming to the
material properties of ANSI/AWWA CI53/A21.53.All such joints shall be capable of deflecting
and expanding or contracting simultaneously without leakage. Each ball joint shall be capable of
deflecting not less than 15 degrees in any direction.
B. All pressure containing or wetted parts shall be lined with a minimum of 15 mils of fusion bonded
epoxy conforming to the requirements of ANSI/AWWA C213 and shall be holiday tested with a
1500 volt spark test conforming to ANSI/AWWA C213.
C. Double ball flexible expansion joints shall be capable of the expansion and contraction ranges
specified herein. Provide 4 inches of expansion capacity for double ball flexible expansion joints
12 inches in diameter and smaller;provide 8 inches of expansion capacity for double ball flexible
expansion joints 14 inches in diameter and larger. End configurations shall be flanged unless
otherwise noted herein.
D. Double ball flexible expansion joints shall be Flex-Tend by EBAA Iron Inc. or equal.
15120.doc 15120-4 Section 15120—Piping Specialties
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2.05 INSULATING FITTINGS
A. Fittings shall be of type to provide control of electrolysis and equal to"Dielectric"as manufactured
by Watts Regulator Co., or equal.
2.06 PROTECTIVE WRAPPING
A. Protective wrapping for flanged joints, flex couplings, flanged adapter couplings,valves,and other
exposed appurtenances and joints below final grade shall be protected by a primer, mastic,
wrapping,and overwrapping system, Denso or equal.
2.07 FLEX(SLEEVE OR DRESSER)COUPLINGS
A. Standard and insulated flex couplings shall be rated at the working pressure of the pipe joined or at
a minimum of 150 psi, whichever is greater. Couplings shall also be designed for the actual soil
loads for each installation condition if buried. Couplings 12-inches in diameter and smaller shall
have steel sleeves 7 inches long. Couplings 14-inches to 36-inches in diameter shall have steel
sleeves at least 10 inches long.Couplings larger than 36-inches in diameter shall have steel sleeves
= at least 18 inches long. Sleeve type couplings shall not have pipe stops. All couplings shall be
factory cleaned and shop painted with the manufacturer's standard rust-inhibiting coating system.
Insulating sleeve type couplings shall have an insulating rubber boot adequate to stop the flow of
` electrical current across the coupling and piping. Standard sleeve type flex couplings shall be
Dresser 411,JCM 201, Romac 400, or equal. Insulated sleeve type couplings shall be Dresser 416
or equal.
2.08 FLANGED COUPLING ADAPTORS(FCAs)
A. Flanged adapter couplings shall be rated at the working pressure of the joining piping or 150 psi,
whichever is greater. Couplings shall also be designed for the actual soil loads for each installation
condition if buried. All couplings shall be factory cleaned and painted with the manufacturer's
w standard rust-inhibiting coating system.Non-insulated flanged coupling adapters shall be Dresser
913,JCM 303, Romac FC400,or equal. Insulated flanged coupling adapters shall be Dresser 933
or equal.
PART 3 EXECUTION
3.01 GENERAL
A. Piping specialties and appurtenances supplied by the MFSS will be installed by the General
Contractor and overseen by the MFSS.
B. Provide protective wrapping to all flanged joints, flex couplings, flanged adapter couplings,
valves,and other exposed appurtenances and joints below final grade in accordance with the
manufacturer's written instructions.
END OF SECTION
15120.doc 15120-5 Section 15120—Piping Specialties
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
r
THIS PAGE INTENTIONALLY LEFT BLANK
15120.doc 15120-6 Section 15120—Piping Specialties
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 15121
-� PIPING EXPANSION COMPENSATION
PART 1 GENERAL
1.01 SUMMARY
A. The MFSS shall furnish all piping expansion and compensation appurtenances as specified in
Section 11300 required for the successful operation of the membrane filtration system.
B. Section includes:
1. Expansion joints and compensators.
2. Pipe loops, offsets, and swing joints.
C. Related documents: Divisions 1 through 15 apply to the work in this section.
D. Description of work:
1. Provide expansion compensation as specified herein and as required for a complete and
operating system.
2. Provide structural work and equipment required to control expansion and contraction of
piping. Verify that anchors, guides, and expansion joints provided, adequately protect
— system.
3. MFSS shall determine maximum operating temperatures for all supplied chemical feed
.. systems,air compressor systems,and ancillary process trains to determine maximum range
based upon their system's operating conditions.
_ 4. Expansion Calculations:
a. Installation Temperature: 32 degrees F(0 degrees C).
b. Process Water: 100 degrees F(38 degrees C).
C. Safety Factory: 30 percent.
1.02 QUALITY ASSURANCE
A. All materials furnished shall be new,delivered to the job site in original packing and shall comply
with all applicable standards.
1.03 REFERENCES
A. MIL-E-17814E -Expansion Joints, Pipe, Slip-Type, Packed.
15121.doc 15121-1 Section 15121—Piping Expansion Compensation
11/30/2007
..
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.04 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the products specified in this section with —
minimum three years documented experience.
B. Design expansion compensating system under direct supervision of a Professional Engineer
experienced in design of this work and licensed at the place where the project is located.
1.05 REGULATORY REQUIREMENTS
A. All work,materials and installations shall comply with local building codes and bear the UL label
or be approved if applicable. _
1.06 SUBMITTALS
A. All submittals shall be in accordance with Section 01300.
B. Product Data:
1. Flexible Pipe Connectors: Indicate maximum temperature and pressure rating,face-to-face
length, live length, hose wall thickness, hose convolutions per foot (meter) and per
assembly,fundamental frequency of assembly,braid structure,and total number of wires in
braid.
2. Expansion Joints: Indicate maximum temperature and pressure rating, and maximum
expansion compensation.
C. Design Data: Indicate selection calculations.
D. Manufacturer's Installation Instructions: Indicate special procedures,and external controls.
1.07 DELIVERY
A. Deliver products to site in accordance with Section 01610.
PART 2 PRODUCTS
2.01 EXPANSION JOINTS
A. Acceptable Manufacturers:
1. Metraflex
2. Mason -
3. Hyspan
B. Stainless Steel Bellows Type:
1. Pressure Rating: 150 psig(1034 kPa)WSP and 850 degrees F(454 degrees C).
15121.doc 15121-2 Section 15121—Piping Expansion Compensation
11/30/2007 —
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. Maximum Compression: 2 inch(50 mm).
3. Maximum Extension: 1/2 inch(12 mm).
4. Joint: As specified for pipe joints.
5. Size: Use pipe sized units.
6. Application: Steel piping 4 inch(75 mm)and under.
C. External Ring Controlled Stainless Steel Bellows Type:
1. Pressure Rating: 300 psig(2070 kPa)WOG and 250 degrees F(121 degrees C).
2. Maximum Compression: 1-1/4 inch(32 mm).
3. Maximum Extension: 3/8 inch(10 mm).
4. Maximum Offset: 1/8 inch(3 mm).
5. Joint: Flanged.
6. Size: Use pipe sized units.
-- 7. Accessories: Internal flow liner.
8. Application: Steel piping over 3 inch(75 mm).
D. Double Sphere,Flexible Compensator:
1. Body: Neoprene and nylon.
2. Working Pressure: 150 psi(1034 kPa)
y 3. Maximum Temperature: 220 degrees F(104 degrees C).
T 4. Maximum Compression: 1 inch(25 mm).
5. Maximum Elongation: 3/4 inch(20 mm).
6. Maximum Offset: 1 inch(25 mm).
7. Maximum Angular Movement: 30 degrees.
8. Joint: Tapped steel flanges.
9. Size: Use pipe sized units.
10. Application: Steel piping 2 inch(75 mm)and over.
15121.doc 15121-3 Section 15121—Piping Expansion Compensation
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
11. When the pressure exceeds 100 psi control rods shall be employed using 1/2"thick bridge-
bearing neoprene washer bushings designed for a maximum loading of 1000 psi.
E. Two-Ply Bronze Bellows Type:
1. Construction: Bronze with anti-torque device, limit stops, internal guides. —
2. Pressure Rating: 125 psig(862 kPa)WSP and 400 degrees F(204 degrees Q.
3. Maximum Compression: 1-3/4 inch(45 mm).
4. Maximum Extension: 1/4 inch(6 mm).
5. Joint: As specified for pipe joints.
6. Size: Use pipe sized units.
7. Application: Copper piping.
F. Copper with Packed Sliding Sleeve:
1. Working Pressure: 125 psi(862 kPa).
2. Maximum Temperature: 250 degrees F(121 degrees Q.
3. Joint: As specified for pipe joints.
4. Size: Use pipe sized units. —
5. Copper or steel piping 2 inches(50 mm)and over.
6. Application: Copper or steel piping 2 inch(50 mm)and over.
2.02 ACCESSORIES
A. Acceptable Manufacturers:
1. Metraflex
2. Mason
3. Hyspan
B. Pipe Alignment Guides; Two piece welded steel with enamel paint, bolted, with spider to fit
standard pipe, frame with four mounting holes, clearance for minimum 1 inch (25 mm) thick
insulation, minimum 3 inch(75 mm)travel as manufactured by Metraflex Model IV.
15121.doc 15121-4 Section 15121—Piping Expansion Compensation
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
PART 3 EXECUTION
3.01 INSTALLATION
A. Piping expansion and compensation appurtenances supplied by the MFSS will be installed by
the Contractor General and overseen by the MFSS.
3.02 MANUFACTURER'S FIELD SERVICES
A. Provide inspection services by expansion compensator manufacturer's representative for final
installing and certify installation is in accordance with manufacturer's recommendations and
connectors are performing satisfactorily.
END OF SECTION
15121.doc 15121-5 Section 15121—Piping Expansion Compensation
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
.t
THIS PAGE INTENTIONALLY LEFT BLANK
15121.doc 15121-6 Section 15121—Piping Expansion Compensation
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 15140
PIPE HANGERS AND SUPPORTS
PART1 GENERAL
1.01 SCOPE OF WORK
A. The MFSS shall furnish all materials,equipment and incidentals for a complete system of pipe
hangers and supports including all metallic hanging and supporting devices for supporting
non-buried piping furnished by the MFSS.
1.02 RELATED WORK
A. Section 09901, Surface Preparation and Shop Prime Painting
B. Division 13, Instrumentation and Controls
C. Valves and appurtenances are included in Section 15100.
1.03 SUBMITTALS
A. Submit to the Engineer as provided in Section 01300,complete sets of shop drawings of all
items to be furnished under this Section. Submittals shall include complete layouts, schedules,
location plans and complete total bill of materials for all pipe support systems.
B. Submittals shall include a representative catalog cut for each different type of pipe hanger or
support indicating the materials of construction, important dimensions and range of pipe sizes
for which that hanger is suitable. Where standard hangers and/or supports are not suitable,
submit detailed drawings showing materials and details of construction for each type of special
_ hanger and/or support. Provide detailed information on anti-seize compound.
C. Submittals shall include complete piping drawings as submitted for each piping submittal
_ indicating type of hanger and/or support, location,magnitude of load transmitted to the
structure and type of anchor,guide and other pipe supporting appurtenances including
structural fasteners.
D. Types and locations of pipe hangers and/or supports shall also be shown on the piping layouts
for each piping submittal as specified in the respective Division 13 and 15 pipe specifications.
Service conditions for each piping system,including service temperatures,and operating and
test pressures, are tabulated in the piping specifications.
E. Submit complete design data for pipe support systems to show conformance with this
Specification.
F. Support System Design
1. The MFSS shall analyze system piping and service conditions and to develop a detailed
support system, specific to the piping material, pipe joints,valves and piping
— appurtenances proposed by the MFSS.
15140.doc 15140-1 Section 15140—Pipe Hangers and Supports
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
a. The proposed support system engineer shall have at least five years of experience in
the analysis and design of similar systems. Provide a detailed resume, including
references from projects within the past five years. The use of support systems
engineer shall be subject to the approval of the Engineer.
2. The support system design shall include:
a. Criteria by piping system.
b. Summary of MFSS-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.
1) Each system shall be presented in an isometric graphic and shall 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 draft design to the Engineer for approval.
1) 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 T
way.
2) The design shall bear the stamp of a registered professional engineer and shall be subject to the approval of the Engineer.
e. All aspects of the analysis and design shall comply with the provisions of ANSI _
B31.1 and the referenced standards.
f. Support design constraints _
1) Support systems shall not rely on the use of monorails or bridge cranes, or
their appurtenances, for support.
2) Support systems shall not include horizontal struts unless prior approval is
obtained from the Engineer.
3) Pipes larger than 8 inches in diameter shall not be supported from the elevated
platform supporting the pump motors and electrical cabinets.
4) Pipes 24 inches in diameter and larger shall be supported from the floor
below.
g. Commercial hardware and custom supports shall comply with the requirements of
this Specification.
15140.doc 15140-2 Section 15140—Pipe Hangers and Supports
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
h. Expansion joints shall comply with the provisions of Section 15120.
1.04 REFERENCE STANDARDS
A. Manufacturer's Standardization Society of the Valve and Fittings Industry(MSS)
1. MSS SP-58-Pipe Hangers and Supports-Materials,Design and Manufacture.
.. 2. MSS SP-69-Pipe Hangers and Supports- Selection and Application.
B. American Society for Testing and Materials(ASTM)
1. ASTM A36- Standard Specification for Carbon Structural Steel.
2. ASTM A307- Standard Specification for Carbon Steel Bolts and Studs,60,000 psi
Tensile Strength.
C. American National Standards Institute(ANSI)
1. ANSI B31.1 -Power Piping.
D. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
-- 1.05 QUALITY ASSURANCE
A. All hangers,supports and appurtenances shall conform to the latest applicable requirements of
— ANSI B31.1,except as supplemented or modified by the requirements of this Specification.
B. All hangers,supports and appurtenances shall be of approved standard design where possible
and shall be adequate to maintain the supported load in proper position under all operating
conditions. The minimum working factor of safety for all supporting equipment,with the
exception of springs, shall be five times the ultimate tensile strength of the material,assuming
10-ft of waterfilled pipe being supported.
C. All pipe and appurtenances connected to equipment shall be supported in such a manner as to
prevent any strain being imposed on the equipment. When manufacturers have indicated
requirements that piping loads shall not be transmitted to their equipment, submit certification
stating that such requirements have been complied with.
1.06 DELIVERY
A. All supports and hangers shall be crated,delivered in accordance with Section 01610.
15140.doc 15140-3 Section 15140--Pipe Hangers and Supports
11/30/2007
City of Fort Worth
Northwest WTP -Membrane Filtration System
PART 2 PRODUCTS
2.01 GENERAL =
A. All of the equipment specified herein is intended to support the various types of pipe and
piping systems. It shall be the responsibility of the MFSS to develop final details and any -�
details associated with special conditions not already covered to meet the system conditions(in
particular system temperatures and pressures)specified in the respective Division 13 and 15
pipe specifications.
B. All pipe and tubing shall be supported as required to prevent significant stresses in the pipe or
tubing material,valves, fittings and other pipe appurtenances and to support and secure the
pipe in the intended position and alignment. All supports shall be designed 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. Where flexible couplings are required at equipment,tanks,etc,the end opposite to the piece of
equipment,tank, etc, shall be rigidly supported to prevent transfer of force systems to the
equipment. No fixed or restraining supports shall be installed between a flexible coupling and —'
the piece of equipment.
D. All pipe and appurtenances connected to the equipment shall be supported in a manner to
prevent any strain from being imposed on the equipment or piping system.
E. All rods, clamps, hangers, inserts,anchor bolts, brackets and components for interior pipe —
supports shall be furnished with galvanized finish, hot dipped or electro-galvanized coated,
except where field welding is required,where cold-applied galvanizing may be used. Interior
clamps on plastic pipe shall be plastic coated. Supports for copper pipe shall be copper plated —
or shall have a 1/16-in plastic coating. All rods,clamps, hangers, inserts, anchor bolts,brackets
and components for exterior pipe,submerged pipe and pipe within outdoor structures shall be
of Type 316 stainless steel.
F. Supports shall be sufficiently close together such that the sag of the pipe is within limits that
will permit drainage and avoid excessive bending stresses from concentrated loads between
supports.
G. All uninsulated non-metallic piping such as PVC,etc shall be protected from local stress
concentrations at each support point. Protection shall be provided by galvanized steel
protection shields or other method as approved by the Engineer. 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.
Protection shields shall have an 18 gauge minimum thickness, not be less than 12-in in length
and be securely fastened to pipe with stainless steel or galvanized metal straps not less than
`h-in wide.
H. All insulated pipe shall be furnished with a rigid foam insulating saddle at each pipe support
location as specified under respective pipe insulation. Provide protection shields as specified in —
at each support location.
15140.doc 15140-4 Section 15140—Pipe Hangers and Supports
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
I. Where pipe hangers and supports come in contact with copper piping provide protection from
galvanic corrosion by;wrapping pipe with 1/16-in thick neoprene sheet material and galvanized
protection shield; isolators similar to Elcen figure number 228; or copper plated or PVC coated
hangers and supports. All stainless steel piping shall be isolated from all ferrous materials,
including galvanized steel by use of neoprene sheet material and protection shields,similar to
above methods.
J. Pipe supports shall be provided as follows:
1. Cast iron and ductile iron, steel and stainless steel piping shall be supported at a
maximum support spacing of 10-ft with a minimum of one support per pipe section at the
joints.
2. Support spacing for steel and stainless steel piping 2-in and smaller diameter and copper
n tubing shall not exceed 5-ft.
3. For all stainless steel piping,provide neoprene isolators between the pipe and support
components.
4. Supports for multiple PVC plastic piping shall be continuous wherever possible.
Individually supported PVC pipes shall be supported as recommended by the
manufacturer except that support-spacing shall not exceed 3-ft. Multiple, suspended,
horizontal plastic PVC pipe runs,where possible,shall be supported by ladder type cable
trays such as the Electray Ladder by Husky-Burndy;the Globetray by the Metal Products
Division of United States Gypsum,or equal. Ladder shall be of galvanized steel
construction. Rung spacing shall be 12-in. Tray width shall be approximately 6-in for
single runs and 12-in for double runs. 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 equal to Globe Model M-CAC;Husky-Btundy
_ Model SCR or equal. Spacing between clamps shall not exceed 9-ft. 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.
5. All vertical pipes shall be supported at each floor or at intervals of not more than 12-ft by
_ approved pipe collars,clamps,brackets,or wall rests and at all points necessary to insure
rigid construction. All vertical pipes passing through pipe sleeves shall be secured using
a pipe collar.
6. Pipe supports shall not induce point loadings but shall distribute pipe loads evenly along
the pipe circumference.
7. Supports shall be provided at changes in direction and as specified herein. No piping
shall be supported from other piping or from metal stairs, ladders and walkways,unless
specifically directed or authorized by the Engineer.
8. Pipe supports shall be provided to minimize lateral forces through valves,both sides of
split 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.
15140.doc 15140-5 Section 15140—Pipe Hangers and Supports
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
9. Effects of thermal expansion and contraction of the pipe shall be accounted for in the
pipe support selection and installation.
K. Unless otherwise specified herein,pipe hangers and supports shall be standard catalogued
components,conforming to the requirements of MSS-SP-58 and-69;and shall be as
manufactured by Grinnell Co.,Inc., Providence,RI;Carpenter&Patterson, Inc., Woburn,MA; --
F&S Central,Brooklyn NY; Elcen Metal Products Co.,Franklin Park,IL and Unistrut
Northeast,Cambridge,MA,or equal. 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.
L. Any required pipe supports for which the supports specified in this Section are not applicable _
shall be fabricated or constructed from standard structural steel shapes,concrete and anchor
hardware similar to items previously specified herein and shall be subject to the approval of the
Engineer.
M. Expansion anchors shall be equal to Kwik-Bolt as manufactured by the McCullock Industries,
Minneapolis, MI or Wej-it manufactured by Wej-it Expansion Products, Inc., Bloomfield,CO. _
The length of expansion bolts shall be sufficient to place the wedge portion of the bolt a
minimum of 1-in behind the steel reinforcement.
N. Hanger rods shall be hot rolled steel,machine threaded and galvanized after fabrication. The
strength of the rod shall be based on its root diameter. Hanger rods shall be attached to
concrete structures using concrete inserts similar to F&S Figures 180, 571 or 150;or
continuous concrete inserts per F&S. Inserts shall be malleable iron,or steel with galvanized
finish. Beam clamps,C clamps or welded beam attachments shall be used for attaching hanger
rods to structural steel members. Where necessary and approved by the Engineer,expansion
anchors shall be used for attaching to concrete structures. —
2.02 SINGLE PIPE HANGERS
A. 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.
B. Except as otherwise specified herein,pipe hangers shall be steel,of the adjustable clevis type
similar to Grinnell Figure Numbers 65,260 and 590 as required.
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 numbers 69-68, 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.
2.03 MULTIPLE PIPE HANGERS
A. Suspended multiple pipes,running parallel in the same horizontal plane,which are adjacent to
each other shall be suspended by trapeze type hangers or wall brackets. 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 as required to meet the
intent of this specification. Channel shall be similar to F&S Figure 710,rods,concrete inserts,
15140.doc 15140-6 Section 15140—Pipe Hangers and Supports
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
"C"Clamps, beam clamps, welded beam attachments and expansion shields shall be as
specified in Paragraph 2.02 Single Pipe Hangers above.
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 F&S Figures 158,419, 160A, 160B
as required. 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.
2.04 SINGLE AND MULTIPLE PIPE SUPPORTS
A. Single pipes located in a horizontal plane close to the floor shall be supported by one of the
methods specified herein.
z B. Pipes 3-in in diameter and larger shall be supported by adjustable stanchions similar to F&S
Figure 427. Stanchions shall provide at least 4-in adjustment and be flange mounted to floor.
C. Pipes less than 3-in in diameter shall be held in position by supports fabricated from steel "C"
channel,welded post base similar to Unistrut Figure P2072A and pipe clamps similar to
Unistrut Figures P 1109 thru P 1126. Where required to assure adequate support, fabricate
supports using two vertical members and post bases connected together by horizontal member
of sufficient load capacity to support pipe. Wherever possible supports shall be fastened to
nearby walls or other structural member to provide horizontal rigidity. More than one pipe may
be supported from a common fabricated support.
D. Pipe shall be supported using concrete anchor posts. Pipe shall be securely fastened to the
posts using suitable metal straps as required and as approved.
2.05 WALL SUPPORTED PIPES
A. Single or multiple pipes located adjacent to walls, columns or other structural members,
whenever deemed necessary, shall be supported using welded steel wall brackets similar to
Carpenter and Patterson Figure numbers 69-78, 84,or 134;or"C"Channel with steel brackets
similar to Unistrut pipe clamps. All members shall be securely fastened to concrete in wall,
column,etc,using double expansion shields or other method as approved by the Engineer.
Additional wall bearing plates shall be provided where required.
B. Pipe shall be attached to supports using methods hereinbefore specified to meet the intent of
this Specification.
Y 2.06 BASE ANCHOR SUPPORT
A. Where pipes change direction from horizontal to vertical via a bend,a welded or cast base bend
support shall be installed at the bend to carry the load. The base bend shall be fastened to the
floor,pipe stanchion,or concrete pedestal using expansion anchors or other method as
approved by the Engineer.
B. Pipe bends shall be supported using concrete anchor posts. Pipes shall be securely fastened to
the concrete supports with suitable metal bands as required and approved by the Engineer. A
felt insert shall be used to isolate the piping from the poured concrete.
15140.doc 15140-7 Section 15140—Pipe Hangers and Supports
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2.07 VERTICAL PIPE SUPPORTS
A. Where vertical pipes are not supported by a Unistrut system as specified in Paragraph 2.08,
they shall be supported in one of the following methods.
1. For pipes 1/4-in to 2-in in diameter,an extension hanger ring shall be provided with an —
extension rod and hanger flange. The rod diameter shall be as recommended by the
manufacturer for the type of pipe to be supported. The hanger ring shall be steel or PVC
clad depending on the supported pipe. The hanger ring shall be equal to Carpenter&
Paterson Fig.No. 81 or 81CT. The anchor flange shall be galvanized malleable iron
similar to Carpenter and Patterson Figure No. 85.
2. For pipes equal to or greater than 2-in in diameter extended pipe clamps similar to
Carpenter and Patterson Figure No.267 may be used. The hanger shall be attached to
concrete structures using double expansion shields, or to steel support members using
welding lugs similar to Carpenter and Patterson Figure No.220.
3. Pipe riser clamps shall be used to support all vertical pipes extending through floor slabs.
Riser clamps shall be steel similar to Carpenter and Patterson Figure No. 126. 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.
4. Unless otherwise specified or specifically approved by the Engineer,vertical runs
exceeding 12-ft shall be supported by base elbows/tees,clamps,brackets,wall rests and
pipe collars,all located as required to ensure a rigid installation.
2.08 SPECIAL SUPPORTS
A. 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 10-ft. The support system shall consist of a framework suitably
anchored to floors,ceilings or roofs.
B. Vertical and horizontal supporting members shall be U shaped channels similar to Unistrut a
Series P1000. Vertical piping shall be secured to the horizontal members by pipe clamps or
pipe straps. All components shall be of steel.
C. For piping 3-in and smaller,the framework shall be as manufactured by the Unistrut
Corporation,Globe-Strut as manufactured by the Metal Products Division of U.S.Gypsum or
equal. For piping larger than 3-in,the support frame shall be fabricated from structural steel
shapes and secured through the use of expansion anchors.
D. The assemblies shall be furnished complete with all nuts,bolts and fittings required for a =
complete assembly including end caps for all unistruts members.
E. The design of each individual framing system shall be the responsibility of the MFSS. Shop
drawings,as specified above shall be submitted and shall 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. —
15140.doc 15140-8 Section 15140—Pipe Hangers and Supports
I I/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
F. Supports not otherwise described in this Section shall be fabricated or constructed from
standard structural steel shapes in accordance with applicable provisions, 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.
1. Pipe support systems shall meet all requirements of this Section and all related Sections
of the Contract Documents.
2. Complete design details of the pipe support system and system components shall be
submitted for review and approval as specified in PART 1.
_ 3. The pipe support system shall not impose loads on the supporting structures in excess of
the loads for which the supporting structure is designed.
_ 2.09 SURFACE PREPARATION AND SHOP PRIME PAINTING
A. All surfaces shall be prepared and shop painted as part of the work of this Section. Surface
preparation and shop painting shall be as specified in Section 09901.
PART 3 EXECUTION
3.01 INSTALLATION
A. Pipe hangers and supports provided by the MFSS will be installed by the General Contractor
and overseen by the MFSS.
B. All pipe supports shall be designed with liberal strength and stiffness to support the respective
-- pipes under the maximum combination of peak loading conditions to include pipe weight,
liquid weight, liquid movement and pressure forces,thermal expansion and contraction,
vibrations and all probable externally applied forces. All MFSS-furnished Pipe supports shall
be approved by the Engineer.
C. Pipe supports shall be provided to minimize lateral forces through valves,both sides of split
type couplings and sleeve type couplings(within four pipe diameters)and to minimize all pipe
forces on pump housings. Pump housings shall not be utilized to support connecting pipes.
_ END OF SECTION
15140.doc 15140-9 Section 15140—Pipe Hangers and Supports
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
THIS PAGE INTENTIONALLY LEFT BLANK
15140.doc 15140-10 Section 15140—Pipe Hangers and Supports
11/30/2007
DIVISION 16
City of Fort Worth
Northwest WTP—Membrane Filtration System
SECTION 16000
— ELECTRICAL REQUIREMENTS
PART 1 GENERAL
1.01 DESCRIPTION
A. Description of Work
1. MFSS shall provide all labor,materials,equipment and incidentals as shown, specified,and
required to furnish, install,calibrate and place in operation the electrical for the Membrane
System.
a. It is the intent of this Section that all equipment and devices, furnished and installed on
the skid under this and other Sections,be properly connected and interconnected with
other equipment so as to render the installations complete for successful operation,
regardless of whether all the connections and interconnections are specifically
mentioned in the Specifications.
B. Related Sections:
1. Division 1,General Requirements.
2. Division 11,Equipment.
C. The MFSS shall retain ultimate responsibility under this Contract for equipment coordination,
installation on the skid,operation and guarantee,and shall furnish installed on the skid,
equipment,materials, appurtenances,specialty items and services not provided by suppliers but
required for complete and operable facilities.
D. Product Delivery, Storage and Handling:
1. Delivery to site is prohibited until all product information and Shop Drawings have been
approved.
2. MFSS shall be responsible for the safe and secure delivery,storage and handing of the
equipment provided under this Contract.
1.02 QUALITY ASSURANCE
A. Requirements of Regulatory Agencies:
1. Codes: Material and equipment shall be installed in accordance with the most current
standards and recommendations of the National Fire Protection Association with emphasis
on NFPA 70(National Electrical Code);the National Electrical Safety Code; and with local
codes which apply. Where discrepancies arise between codes,the most restrictive regulation
shall apply.
16000.doc 16000-1 Section 16000—Electrical Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. Tests by Independent Regulatory Agencies: Electrical material and equipment shall be new
and shall bear the label of the Underwriters'Laboratories,Inc.,or other nationally
recognized, independent testing laboratory,wherever standards have been established and
label service regularly applies.
3. Acceptable Manufacturers:
a. Furnish equipment by the named manufacturers or equal equipment by other
manufacturers.
b. The named manufacturers have been specified to establish the standard of quality
and performance of the equipment to be supplied.
c. Obtain all equipment of a given type from the same manufacturer.
4. Manufacturers'Responsibilities and Services:
a. Design and manufacture the equipment in accordance with the applicable general design
requirements and the detailed specifications herein.
B. Reference Standards: Electrical material and equipment shall conform in all respects to the latest
approved standards of the following:
1. National Electrical Manufacturers Association(NEMA).
2. The American National Standards Institute(ANSI).
3. The Institute of Electrical and Electronic Engineers(IEEE).
4. Insulated Cable Engineers Association(ICEA).
5. National Electrical Code(NEC).
6. National Electrical Safety Code(NESC).
7. National Fire Protection Association(NFPA).
8. Underwriters'Laboratories, Inc.(UL).
1.03 SUBMITTALS
A. Shop Drawings: Provide a separate submittal for each paragraph item in Part 2 of this section.
Each submittal shall be complete in nature to permit review by the DESIGN/CONSTRUCTION
MANAGER. Each submittal shall contain the following as applicable.
1. Manufacturer's name and product designation or catalog number.
2. Electrical ratings.
16000.doc 16000-2 Section 16000—Electrical Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
3. Dimensioned plan,section,and elevations showing means for mounting, conduit connection,
and grounding.
4. Materials and finish specification, including paints.
— 5. List of components including manufacturer's names and catalog numbers.
6. Internal wiring diagrams indicating all connections to components and numbered terminals
for external connections.
7. Product information for all sensors/transducers and field instruments. Include the following:
4 a. Manufacturer's product name and model number.
b. Instrument identification number from Contract Documents.
c. Manufacturer's standard catalog product data.
d. Description of construction features.
e. Performance and operation data.
f. Installation and mounting details, instructions and recommendations.
— g. Service requirements.
h. Dimensions.
8. Panels,Consoles and Cabinets Information:
a. Front,rear,end and plan views to scale.
b. Dimensional information.
T c. Tag number and functional name of components mounted in and on panel, console or
cabinet.
d. Product information on all panel components.
e. Nameplate location and legend including text, letter size and colors to be used.
f. Location of anchoring connections and holes.
= g. Location of external wiring and/or piping connections.
h. Mounting and installation details.
16000.doc 16000-3 Section 16000—Electrical Requirements
— l 1/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
1.04 PROJECT CLOSEOUT
A. Operation and Maintenance Manuals
1. Provide O&M manuals in accordance with SECTION 11300 of these specifications.
Manuals shall include all approved shop drawings. —
1.05 ENVIRONMENTAL CONDITIONS
A. Environmental Conditions: The electrical and control systems shall be designed and constructed
for continuous operation,at full-rated load,without failure under the following temperature,
humidity, and elevation conditions:
1. Indoor locations for equipment,control panels and instruments:
a. Ambient Temperature: 20 deg F to 120 deg F.
b. Relative Humidity: 100 percent maximum.
PART 2 PRODUCTS
2.01 RACEWAY SYSTEMS
A. Flexible Conduit:
1. Material: Flexible galvanized steel core with smooth,abrasion resistant, liquid-tight,
polyvinyl chloride cover. Continuous copper ground built in for sizes 3/4-inch through 1-1/4
inch. Material shall be UL listed.
2. Product and Manufacturer: Provide one of the following:
a. Sealtite UA, as manufactured by Anaconda Metal Hose Division, Anaconda American
Brass Company.
b. Liquatite Type L.A.,as manufactured by Electric-Flex Company. -
c. Or equal.
B. Flexible Conduit Fittings:
l. Material and Construction: Malleable iron with cadmium finish. Fittings shall adapt the
conduit to standard threaded connections, shall have an inside diameter not less than that of
the corresponding standard conduit size and shall be UL listed.
2. Manufacturer: Provide flexible conduit fittings of one of the following:
a. Crouse Hinds Company. -
b. Appleton Electric Company.
16000.doc 16000-4 Section 16000—Electrical Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
c. Or equal.
C. Pull and Junction Boxes:
1. Material and Construction:
a. NEMA 4X for All Locations: 316 stainless steel.
t b. Neoprene gaskets. Gaskets to be of an approved type designed for the purpose.
Improvised gaskets not acceptable.
c. Stainless steel cover screws.
d. External mounting lugs.
e. Drilled and tapped conduit holes.
2. Manufacturer: Provide pull and junction boxes of one of the following:
a. Crouse Hinds Company.
b. Appleton Electric Company.
c. Or equal.
2.02 600V POWER CABLE
A. Insulated Cable In Raceways:
1. Material: Single or multi-conductor copper cable conforming to ASTM B 3 and B 8 with
flame-retardant, moisture and heat resistant thermoplastic insulation rated 90 Deg C in dry
locations and 75 Deg C in wet locations and listed by UL as type THHN/THWN.
2. Application: Use type THHN/THWN for all sizes unless otherwise indicated.
3. Wire Sizes:Not smaller than No. 12 AWG for power and lighting and No. 14 AWG for 120
volt control circuits.
4. Stranding: All 600 volt cable shall be stranded,except for No. 12 AWG and No. 10 AWG
cables used for lighting and receptacles which may be solid.
5. Manufacturer: Provide cable of one of the following:
a. The Okonite Company.
b. Or equal.
16000.doc 16000-5 Section 16000—Electrical Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
B. Cable Connectors, Solderless Type:
1. For wire sizes up to#6 AWG, use compression type.
2. Product and Manufacturer: Provide one of the following:
a. T& B Sta-Kon.
b. Burndy Hylug.
c. Or equal.
3. For sizes#4 AWG and above, use either compression type or bolted type with silver-plated
contact faces.
4. For sizes#250 kcmil and larger, use connectors with at least 2 cable clamping elements or
compression indents and provision for at least 2 bolts for joining to apparatus terminal.
5. Properly size connectors to fit fastening device and wire size. m
2.03 INSTRUMENTATION CABLE
A. Single Shielded Pair and Triad Instrument Cable:
1. Bare, soft annealed copper, 7 strand,PVC insulated conductors,#16 AWG minimum,
twisted with aluminum-polyester shield, stranded tinned 20 AWG copper drain wire and
PVC outer jacket. Rated for 600 volts. UL listed for cable tray use, sunlight resistant. The
abbreviations"STP"for shielded twisted pair and"STT"for shielded twisted triad are used
on the drawings.
2. Manufacturer: Provide shielded cable of one of the following: -
a. Okonite Company,Okoseal-N Type P-OS.
b. Or equal.
B. Multi-paired and Multi-triad Shielded Instrument Cable:
1. Bare,soft annealed copper, 7 strand, PVC insulated conductors,#16 AWG minimum,
twisted in pairs/triads with aluminum-mylar shield over each pair/triad, silicone rubber
fiberglass fire barrier tape,tinned copper drain wire, aluminum mylar overall shield, PVC =
outer jacket. Rated for 600 volts. UL listed for cable tray use, sunlight resistant
2. Manufacturer: Provide shielded cable of one of the following:
a. Okonite Company, Okoseal-N Type SP-OS.
b. Or equal.
16000.doc 16000-6 Section 16000—Electrical Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
4
C. Single Unshielded Pair Instrument Cable
1. Bare, soft annealed copper, 7 strand, PVC insulated conductors, #16 AWG minimum,
twisted.Outer jacket to be PVC. Rated for 600 volts minimum. The abbreviation"UTP"for
unshielded twisted pair is used on the Drawings.
2. Manufacturer: Provide unshielded cable of one of the following:
a. Okonite Company.
b. Or equal.
T D. Dry Type Transformers:
1. General:
a. Type: General purpose, dry type.
b. Rating: KVA, primary voltage and connection, secondary voltage and connection,
frequency and number of phases shall be as indicated on the Drawings.
c. Taps: Full capacity,two 2-1/2 percent primary taps above normal and two 2-1/2 percent
primary taps below normal.
d. Sound Level: ANSI C89.1 standard.
e. Enclosure: 316 stainless steel.
f. Insulation: Class 185 C, 115 C rise.
g. Identification: Nameplate identifying the transformer number and voltages.
h. Windings: Copper.
i
2. Manufacturers: Provide transformers by the same manufacturer as the motor control center.
a. Cutler Hammer.
b. Square D.
c. Or equal.
C. Disconnect Switches:
1. Safety Disconnect Switches:
a. Type: Fused or unfused as indicated,heavy-duty,single throw,quick-make,quick-break
mechanism, visible blades in OFF position and safety handle. If fused type is required,
furnish fuses as recommended by manufacturer of equipment being served.
16000.doc 16000-7 Section 16000—Electrical Requirements
�' 11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
b. Rating: Voltage, number of poles and short circuit rating as shown on the Drawings.
Switch shall bear a UL label and shall be suitable for use as service entrance equipment,
with solid neutral assembly and equipment ground kit. -
c. Enclosure:NEMA 4X 316 stainless steel.
2. Manufacturer: Provide disconnect switches of one of the following:
a. Cutler Hammer.
b. Square D.
c. Or equal.
D. Enclosed Circuit Breakers:
1. Circuit breakers shall be UL listed,molded case,thermal magnetic type(inverse time and
instantaneous tripping characteristics). Breaker shall be operated by a toggle-type handle
and shall have a quick-make,quick-break over-center switching mechanism that is
mechanically trip-free. Automatic tripping of the breaker shall be clearly indicated by the
handle position. Contacts shall be non-welding silver alloy and arc extinction shall be
accomplished by means of arc chutes. A push-to-trip button on the front of the breaker shall
provide a local manual means to exercise the trip mechanism.
2. Rating shall be 480VAC,3 pole,60Hz unless noted otherwise on the Drawings. Frame and
trip sizes shall be as indicated on the Drawings. AIC rating shall be 65KAIC fully rated
(series rating not acceptable)unless noted otherwise on the Drawings.
3. Where indicated on the Drawings, breaker shall be UL labeled for service entrance
equipment and shall be provided with solid neutral assembly and equipment ground kit.
4. Enclosure:NEMA 4X stainless steel,with through-door operating handle with interlock
mechanism to prevent opening of door if breaker is closed. Operating handle shall be
capable of being padlocked in the open position. T
5. Manufacturer: Provide circuit breaker of one of the following:
a. Cutler Hammer.
b. Square D.
c. Or equal.
2.04 MOTOR CONTROLLERS -
A. Manual Motor Starters:
1. Type: Toggle operated,horsepower rated with thermal overload protection and padlockable
in the off position. Overload protection shall be sized by the CONTRACTOR for actual
motors being provided under this Contract.
16000.doc 16000-8 Section 16000—Electrical Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2. Enclosure: NEMA 4X 316 stainless steel.
3. Nameplate identifying the equipment controlled.
4. Product and Manufacturer: Provide one of the following:
a. Type MS by Westinghouse Electric Corporation.
_ b. Type CR101 by General Electric Company.
c. Type 609T by Allen Bradley Company.
d. Or equal.
B. Individual Combination Magnetic Motor Starters:
1. Type: Individual enclosed type with the following features:
' a. Magnetic type circuit breaker,voltage and AIC ratings per Drawings,with through the door
lockable handle.
b. NEMA rated starter, size 1 unless noted otherwise on the Drawings.
c. Bimetallic,manual reset overload protection.
d. Fused 480-120VAC control power transformer.
e. Operator devices in accordance with this Section.
f. Enclosures: NEMA 4X 316 stainless steel.
2. Nameplate identifying the equipment controlled.
3. Product and Manufacturer: Provide one of the following:
a. Cutler Hammer.
b. Or equal.
2.05 CONTROL STATIONS
A. Control Stations:
1. Type: Industrial,heavy duty, 30.5mm round, oiltight construction with clearly marked
legend plates. NEMA 4X,316 stainless steel shall be required for all locations, including
motor controllers and control panels.
2. Lockout Stop: Maintained contact type with provisions for locking in the "STOP" position.
3. Pushbuttons: Momentary or maintained types,NEMA A600 contact rating.
16000.doc 16000-9 Section 16000—Electrical Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
4. Selector Switches: Rotary type with round or oval handles and positioning device to
securely hold switch in selected position for maintained type and for spring return from left,
right,or both left and right to maintained position,NEMA A600 contact rating.
5. Indicating Lights: Push-to-test,with LED cluster type lamp. Lens and lamp colors: green
for running,blue for ready(control power on)and amber for failure,or as indicated on the —
Drawings. Schematics on Drawings may not show push to test type,but this type is required
in all instances.
6. Potentiometer:
a. Wire wound,precision,one turn(360 deg). _
b. Resistance tolerance: +5%.
c. Resistance: Range as required by application. v
d. Dielectric Strength: 1000 VAC for 60 seconds
e. Working Voltage: 500V max.
f. Power Rating: 2 W at 70 C C.
g. Stainless steel shaft with skirted round knob.
7. Enclosures: NEMA 4X 316 stainless steel.
8. Nameplates identifying equipment controlled if not readily apparent. —
B. Products and Manufacturers: Provide control stations of one of the following:
a. Cutler-Hammer/Westinghouse.
b. Allen Bradley Company. T
c. Or equal.
2.06 TRANSIENT VOLTAGE SURGE SUPPRESSOR
A. Transient Voltage Surge Suppressor shall meet the following requirements:
1. NEMA 4X 316 stainless steel enclosure for wall mounting.
2. Rating:277/480V,3ph,4w,grounding,parallel connected,all modes protected. `
3. 200,000A single pulse surge current capacity per phase.
4. UL 1449,UL 1283,and UL 845 listed.
16000.doc 16000-10 Section 16000—Electrical Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
2.07 ELECTRICAL SYSTEM SPARE PARTS
A. Provide the following spare parts associated with the furnished motor controllers:
1. Twelve(12)fuses of each size and type used.
2. Two(2)of each type of control and timing relay used.
T 3. Two(2)control power transformers of each size used.
4. Six(6)indicating lamps of each type used.
B. Package spare parts in suitable containers bearing labels clearly indicating the contents and
equipment with which they are to be used. Deliver spare parts at the same time as the motor
control centers.
END OF SECTION
16000.doc 16000-11 Section 16000—Electrical Requirements
11/30/2007
City of Fort Worth
Northwest WTP—Membrane Filtration System
r
THIS PAGE INTENTIONALLY LEFT BLANK
f
16000.doc 16000-12 Section 16000—Electrical Requirements
11/30/2007
APPENDIX A
- PART C
GENERAL CONDITIONS FOR
THE NORTHWEST WATER
TREATMENT PLANT
- GENERAL CONSTRUCTION
CONTRACT
City of Fort Worth
Northwest WTP
,r
PART C
! GENERAL CONDITIONS
SECTION C1-1 DEFINITIONS
C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents, the
following terms or pronouns in place are used, the intent and meaning shall be
understood and interpreted as follows:
C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are all the written and
y. drawn documents, such as specifications, bonds, addenda,plans, etc., which govern the
terms and performance of the contract. These are contained in the General Contract
Documents and the Special Contract Documents.
!
A. GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and include the following
items:
PART A - NOTICE TO BIDDERS WHITE
PART B - PROPOSAL WHITE
PART C - GENERAL CONDITIONS YELLOW
PART D - SPECIAL CONDITIONS GREEN
' PART E - SPECIFICATIONS WHITE
PART F - BONDS WHITE
PART G - CONTRACT WHITE
!
B. SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the General
Contract Documents and include the following items:
PART A - NOTICE TO BIDDERS (Advertisement) WHITE
SPECIAL INSTRUCTIONS TO BIDDERS WHITE
PART B - PROPOSAL(Bid) WHITE
M/WBE BID SPECIFICATIONS GOLDEN ROD
PART C - GENERAL CONDITIONS CANARY YELLOW
PART C 1 - SUPPLEMENTARY CONDITIONS GREEN
PART D - SPECIAL CONDITIONS GREEN
PART E - TECHNICAL SPECIFICATIONS WHITE
PERMITS/EASEMENTS WHITE
PART F - BONDS AND INSURANCE WHITE
PART G - CONTRACT WHITE
PART H - PLANS/FIGURES (may be bound separately) WHITE
Part C General Conditions(M14AVTP).doa C-1 Part C General Conditions
l 1/26/2007
PM
City of Fort Worth
Northwest WTP
PM
C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the
work contemplated under the Contract Documents constitutes the Notice to Bidders.
C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to
perform the work which the Owner desires to have done,together with the bid security, ..
constitutes the Proposal, which becomes binding upon the Bidder when it is officially
received by the Owner,has been publicly opened and read and not rejected by the Owner.
C1-1.5 BIDDER: Any person, persons, firm, or partnership, company, association,
corporation, acting directly or through a duly authorized representative, submitting a
proposal for performing the work contemplated under the Contract Documents,
constitutes a bidder.
C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction ..
and contract requirements which govern the performance of the work so that it will be
carried on in accordance with the customary procedure,the local statutes, and
requirements of the City of Fort Worth's charter and promulgated ordinances. ••
C1-1.7 SPECIAL CONDITIONS: Special Conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not ..
specifically covered in the General Conditions. When considered with the General
Conditions and other elements of the Contract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of ..
the project.
C1-1.8 SPECIFICATIONS: The Specifications is that section of part of the Contract
Documents which sets forth in detail the requirements which must be met by all
materials, construction, workmanship, equipment, and services in order to render a
completed and useful project. Whenever reference is made to standard specifications,
regulations, requirements, statutes, etc., such referred to documents shall become a part
of the Contract Documents just as though they were embodied therein.
C 1-1.9 BOND: The bond or bonds are the written guarantee or security furnished by the
Contractor for the prompt and faithful performance of the contract and shall include the
following: ..
A. Performance Bond(See paragraph C3-3.7)
B. Payment Bond(See paragraph C3-3.7)
C. Maintenance Bond(See paragraph C3-3.7)
D. Proposal of Bid Security(See Special Instructions to the Bidders, Part A
i
and C2-2.6)
C1-1.10 CONTRACT: The Contract is the formal signed agreement between the Owner _
and the Contractor covering the mutual understanding of the two contracting parties
about the project to be completed under the Contract Documents.
Part C General Conditions(NWWTP).doc C-2 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
C1-1.11 PLANS: The plans are the drawings or reproductions made by the Owner's
,., representative showing in detail the location, dimension, and position of the various
elements of the project, including such profiles, typical cross-sections, layout diagrams,
working drawings,preliminary drawings and such supplemental drawings as the Owner
may issue to clarify other drawings or for the purpose of showing changes in the work
hereinafter authorized by the Owner. The plans are usually bound separately from other
parts of the Contract Documents, but they are a part of the Contract Documents just as
though they were bound therein.
CI-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and
chartered under the Texas State Statutes, acting by and through its governing body or its
City Manager, each of which is required by charter to perform specific duties.
Responsibility for final enforcement of Contracts involving the City of Fort Worth is by
charter vested in the City Manager. Terms City and Owner are synonymous.
C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of
Fort Worth, Texas.
C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro Tem
of the City of Fort Worth, Texas.
C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth, Texas, or his duly authorized representative.
C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth,Texas, or his duly authorized representative.
C1-1.17 DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: The officially
i
appointed Director of the Transportation and Public Works Department of the City of
Fort Worth, or his duly authorized representative, assistant, or agents.
C1-1.17A DIRECTOR OF ENGINEERING: The officially appointed Director of the
Department of Engineering of the City of Fort Worth,referred to in the charter as the
City Engineer, or his duly authorized representative, assistant, or agents.
C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed official of
the City of Fort Worth, Texas, referred to in the Charter as the City Engineer, or his
authorized representative.
C 1-1.19 ENGINER: The Director of the Fort Worth Department of Engineering, the
Director of Fort Worth Transportation and Public Works Department, the Director of the
Fort Worth Water Department, or their duly authorized assistants, agents, engineers,
inspectors, or superintendents, acting within the scope of the particular duties entrusted to
them.
Part C General Conditions(NWWTP).doc C-3 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
C1-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association,
or corporation, entering into a contract with the Owner for the execution of the work,
acting directly or through a duly authorized representative. A sub-contractor is a person,
firm, corporation, or others under contract with the principal contractor, supplying labor
and materials, or only labor, for work at the site of the project.
C 1-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required
with and for the Contractor. The sureties engaged are to be fully responsible for the
entire and satisfactory fulfillment of the Contract and for any and all requirements as set
forth in the Contract Documents and approved changes herein.
C1-1.22 THE WORK OR THE PROJECT: The completed work contemplated in and ..
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials, tools, equipment, and incidentals necessary to produce a completed and
serviceable project. ■"
C1-1.23 WORKING DAY: A working is defined as a calendar day, not including
Saturdays, Sundays, and legal holidays, in which the weather or other conditions not
under the control of the Contractor permit the performance of the principal unit of work
for a period of not less than seven(7)hours between 7:00 AM and 6:00 PM, with
exceptions as permitted in paragraph C7-7.6. '"
C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month,no days
being excepted.
C1-1.25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the
City Council of the City of Fort Worth for observance by City Employees as follows:
New Year' Day January 1
M.L.King,Jr.Birthday Third Monday in January
Memorial Day Last Monday in May
Independence Day July 4
Labor Day First Monday in September
Thanksgiving Day Fourth Thursday in November
Thanksgiving Friday Fourth Friday in November
Christmas Day December 25
Such other days in lieu of holidays as the City Council may determine
When one of the named holidays or a special holiday is declared by the City Council,
falls on a Saturday, the holiday shall be observed on the preceding Friday or if it falls on
Sunday, it shall be observed on the following Monday, by those employees working on
working day operations. Employees working calendar day operations will consider the •�
calendar holiday as a holiday.
Part C General Conditions(NWWTP).doc C-4 Part C General Conditions
11/26/2007
r�
City of Fort Worth
Northwest WTP
C1-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in
Contract Documents,the intent and meaning shall be as follows:
AASHTO American Association of State Highway Transportation Officials
ASCE American Society of Civil Engineers
LAW In Accordance With
ASTM American Society of Testing Materials
AWWA American Water Works Association
ASA American Standards Association
HI Hydraulic Institute
Asph. Asphalt
Ave. Avenue
Blvd. Boulevard
CI Cast Iron
CL Center Line
GI Galvanized Iron
Lin. Linear or Lineal
MH Manhole
Max. Maximum
Min. Minimum
MGD Million Gallons Per Day
CFS Cubic Foot per Second
R Radius
I.D. Inside Diameter
O.D. Outside Diameter
F Fahrenheit
C Centigrade
In. Inch
Ft. Foot
St. Street
CY Cubic Yard
Yd. Yard
SY Square Yard
*• L.F. Linear Foot
D.I. Ductile Iron
C1-1.27 CHANGE ORDER: A"Change Order"is a written supplement agreement
between the Owner and the Contractor covering some added or deducted item or feature
which may be found necessary and which was not specifically included in the scope of
the project on which the bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25%of the amount of the particular item or items in the original proposal.
Mt
All "Change Orders"shall be prepared by the City from information as necessary
furnished by the Contractor.
Part C General Conditions(NWWTP).doc C-5 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface:
A. Any type of asphaltic concrete with or without separate base material
B. Any type of asphalt surface treatment,not including oiled, surface
C. Brick, with or without separate base material
D. Concrete, with or without separate base material
E. Any combination of the above
C1-1.29 UNPAVED STREETS AND ALLEYS: An unpaved street, alley, roadway, or
other surface is any area, except those defined above for"Paved Streets and Alleys".
C1-1.30 CITY STREETS: A city street is defined as that area between the right of way
lines as the street is dedicated.
C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two
(2) feet back of the curb lines or four(4') feet back of the average edge of pavement
where no curb exists.
C1-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been
added one or more applications of gravel or similar material other than the natural
material found on the street surface before any improvement was made.
Part C General Conditions(NWWTP).doc C-6 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with proposal form,which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed,provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record", "Equipment Schedule", and
"Financial Statement", all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids.
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and not more than one(1) year
old. In the case that a bidding date falls within the time a new statement is being
prepared, the previous statement shall be updated by proper verification. Liquid assets in
the amount of ten(10%)percent of the estimated project cost will be required.
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are being received, and such
experience must have been on projects completed not more than five(5)years prior to the
date on which bids are to be received. The Director of the Water Department shall be
sole judge as to the acceptability of experience fbr qualification to bid on any For Worth
Water Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to
be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis. Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans. The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided,without in any way
invalidating the unit prices bid or any other requirements of the Contract Documents.
i
C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish. All additional information and data
which the Owner supply after promulgation of the formal Contract Documents shall be
Part C General Conditions(NWWTP).doc C-7 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
issued in the form of written addenda and shall become part of the Contract Documents
just as though such addenda were actually written into the original Contract Documents.
i
Bidders are required,prior to filing of proposal, to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions,to inform themselves by their own independent research and investigations,
tests,borings, and by such other means as may be necessary to gain a complete
knowledge of the conditions which may be encountered during the construction of the
project. They must judge for themselves the difficulties of the work and all attending
circumstances affecting the cost of doing work or the time required for its completion,
and obtain all information given by the Owner or any representative of the Owner other
than that contained in the Contract Documents and officially promulgated addenda ..
thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon
their own estimates, investigation,research, tests, explorations, and other data which are
necessary for full and complete information upon which the proposal is to be based. It is
mutually agreed that the submission of a proposal is prima-facie evidence that the bidder
has made the investigations, examinations, and tests herein required. Claims for
additional compensation due to variations between the conditions encountered in
construction and as indicated in the Contract Documents will not be allowed except for
changes in the site conditions caused by factors outside the control of the Contractor
which occur after the Contractor's inspection and prior to installation.
The logs of Soil Borings, if any, showing on the plans are for general information only
and may not be correct. Neither the Owner nor the Engineer guarantee that the data
shown is representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices, written in ink in both
words and numerals, for which he proposes to do the work contemplated or furnish the ..
materials required. All such prices shall be written legibly. In case of discrepancy
between the price written words and the price written in numerals, the price most
advantageous to the City shall govern.
If a proposal is submitted by an individual, his or her name must be signed by him(her)
or his (her)duly authorized agent. If a proposal is submitted by a firm, association, or
partnership, the name and address of each member must be given, and the proposal must
be signed by a member of the firm, association, or partnership, or by a person duly ..
authorized. If a proposal is submitted by a company or corporation, the company or
corporate name and business address must be given, and the proposal signed by an
official or duly authorized agent. The corporate seal must be affixed. Power of Attorney
authorizing agents or others to sign the proposal must be properly certified and must be in
writing and submitted with the proposal.
Part C General Conditions(NWWTP).doc C-8 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
i
C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any
alteration or words or figures, additions not called for, conditional or uncalled for
alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain
unbalanced value of any items. Proposal tendered or delivered after the official time
designated for receipt of proposal shall be returned to the Bidder unopened.
C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a
•. "Proposal Security"of the character and in the amount indicated in the "Notice to
Bidders" and the"Proposal". The Bid security is required by the Owner as evidence of
good faith on the part of the Bidder, and by way of a guaranty that if awarded the
contract, the Bidder will,within the required time, execute a formal contract and furnish
the required performance and other bonds. The bid security of the three lowest bidders
will be retained until the contract is awarded or other disposition is made thereof. The
bid security of all other bidders may be returned promptly after the canvass of bids.
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his
representative at the official location and stated time set forth in the "Notice to Bidders."
It is the Bidder's sole responsibility to deliver the proposal at the proper time to the
proper place. The mere fact that a proposal was dispatched will not be considered. The
Bidders must have the proposal actually delivered. Each proposal shall be in a sealed
envelope plainly marked with the word "PROPOSAL," and the name or description of
the project as designated in the "Notice to Bidders." The envelope shall be addressed to
the Purchasing Manager, City of Fort Worth Purchasing Division,P.O. Box 17027,Fort
Worth, Texas 76102.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration of a proposal must be made in writing, addressed to the City Manager,
and filed with him prior to the time set for the opening of proposals. After all proposals
not requested for non-consideration are opened and publicly read aloud, the proposals for
which non-consideration requests have been properly filed may, at the option of the
Owner,be returned unopened.
C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the Purchasing
Manager prior to the said proposal opening time, and provided further, that the City
Manager is satisfied that a written and duly authenticated confirmation of such
telegraphic communication over the signature of the bidder was mailed prior to the
proposal opening time. If such confirmation is not received within forty-eight (48) hours
after the proposal opening time, no further consideration will be given to the proposal
Part C General Conditions(NWWTP).doc C-9 Part C General Conditions
,� 11/26/2007
City of Fort Worth
Northwest WTP
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no"Non-consideration Request"has been received will be publicly
opened and read aloud by the City Manager or his duly authorized representative at the
time and place indicated in the"Notice to Bidders". All proposals which have been
opened and read will remain on file with the Owner until the contract has been awarded.
Bidders or their authorized representatives are invited to be present for the opening of
bids.
C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being
"Irregular"if they show any omissions, alterations of form, additions, or conditions not
called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner
reserves the right to waive any and all irregularities and to make the award of the contract
to the best interest of the City. Tendering of a proposal after the closing hour is an
irregularity which cannot be waived.
C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their
proposals not considered for any of,but not limited to , the following reason: r"
A. Reasons for believing that collusion exists among bidders
B. Reasonable grounds for believing that any bidder is interested in more
than one proposal for work contemplated.
C. The bidder being interested in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
D. The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
E. The bidder having performed a prior contract in an unsatisfactory manner.
F. Lack of competency as revealed by the financial statement, experience of
record, equipment schedule, and such inquiries as the Owner may see fit to
make.
G. Uncompleted work which, in the judgment of the Owner,will prevent or
hinder the prompt completion of additional work if awarded.
H. The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
1. Financial Statement showing the financial condition of the bidder
as specified in Part"A"—Special Instructions.
2. A current experience record showing especially the projects of a
nature similar to the one under consideration, which have been
successfully completed by the Bidder.
3. An equipment schedule showing the equipment the bidder has
available for use on the project.
The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under
the requirements stated herein, shall be set aside and not opened.
Part C General Conditions(NWWTP).doc C-10 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS
C3-3.1 CONSIDERATION OF PROPOSALS: After the proposals have been opened
and read aloud, the proposals will be tabulated on the basis of the quoted prices,the
quantities shown in the proposal, and the application of such formulas or other methods
of bringing items to a common basis as may be established in the Contract Documents.
The total obtained by taking the sum of the products of unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the award of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities,to re-advertise for new proposals, or to
proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3-3.2 MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Upon
request, Contractor agrees to provide to Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise(MBE) and/or a
Woman Business Enterprise(WBE) on the contract and payment therefore. Contractor
further agrees to permit an audit and/or examination of any books,records or files in its
possession that will substantiate the actual work performed by an MBE and/or WBE.
The misrepresentation of facts (other than a negligent misrepresentation) and/or the
commission of fraud by the Contractor will be grounds for termination of the contract
and/or initiating action under appropriate federal, state or local laws or ordinances
relating to false statements; further, any such misrepresentation(other than negligent
misrepresentation) and/or commission of fraud will result in the Contractor being
determined to be irresponsible and barred from participating in City work for a period of
time of not less than thee(3) years.
C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinance prohibiting discrimination in employment practices.
The Contractor shall post the required notice to that effect on the project site, and, at his
request, will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the
Owner it cannot be withdrawn by the Bidder within forty-five(45) days after the date on
which the proposals were opened.
Part C General Conditions(NWWTP).doc C-11 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
C3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final
action on the proposals for a reasonable time, not to exceed the period stated for the
duration of the Bid Security stated in the Notice to Bidders or 90 days,whichever is
shorter.
The award of the contract, if an award is made, will be to the lowest and best responsible
bidder. The award of the contract shall not become effective until the Owner has notified
the Contractor in writing of such award. ^
C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have
been determined for comparison of bids, the Owner may, at its discretion,return the
proposal security which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities, usually those of the three lowest
bidders,will be retained by the Owner until the required contract has been executed and pu
bond furnished by the Owner has otherwise disposed of the bids, after which they will be
returned by the City Secretary.
C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the
Contractor shall furnish to, and file with the Owner in the amounts herein required,the
following bonds:
A. Performance Bond: A good and sufficient performance bond in an
amount not less than 100 percent of the amount of the contract, as evidenced by
the proposal tabulation or otherwise, guaranteeing the full and faithful execution
of the work and performance of the contract, and for the protection of the Owner
and all other persons against the damage by reason of negligence of the ^
Contractor, or improper execution of the work or the use of inferior materials.
This performance bond shall guarantee the payment for all labor,materials,
equipment, supplies, and services used in the construction of the work, and shall
'remain in full force and effect until the provisions as above stipulated are
accomplished and final payment is made on the project by the city.
w.
B. Maintenance Bond: A good and sufficient maintenance bond, in the
amount of not less than 100 percent of the amount of the contract, as evidenced by
the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful
performance of the general guaranty which is set forth in paragraph C8-8.10.
C. Payment Bond: A good and sufficient payment bond, in an amount not ^
less than 100 percent of the amount of the contract, as evidenced by the proposal
tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all _
claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as
amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959,
effective April 27, 1959, and/or the latest version thereof, supplying labor and
materials in the prosecution of the work provided for in the contact being
Part C General Conditions(NWWTP).doc C-12 Part C General Condition;
11/26/2007
City of Fort Worth
Northwest WTP
constructed under these specifications. Payment bond shall remain in full force
until all payments as above stipulated are made.
D. Other Bonds: Such other bonds as may be required by these Contract
Documents shall be furnished by the Contractor.
In order for a surety to be acceptable to the City, the surety must(1)hold a certificate of
authority from the United States secretary of the treasury to qualify as a surety on
obligations permitted or required under federal law; or(2)have obtained reinsurance for
any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law. Satisfactory proof of any such reinsurance shall be provided
to the City upon request. The City, in its sole discretion,will determine the adequacy of
the proof required herein.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties, as required,have qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of bonds by the Owner.
C3-3.8 EXECUTION OF CONTRACT: Within ten (10)days after the Owner has by
appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute
and file with the Owner the Contract and other such bonds as may be required in the
Contract Documents.
No contract shall be binding upon the Owner until it has been attested by the City
Secretary, approved as to form and legality by the City Attorney, and executed for the
Owner by either the Mayor or City Manager.
C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute
the required bond or bonds or to sign the required contract within ten(10)days after the
contract is awarded shall be considered by the Owner as an abandonment of his proposal,
and the Owner may annul the award. By reason of the uncertainty of the market prices of
material and labor, and it being impracticable and difficult to accurately determine the
amount of damages occurring to the Owner by reason of said Awardee's failure to
execute said bonds and contract within ten (10) days, the proposal security accompanying
the proposal shall be the agreed amount of damages which the Owner will suffer by
reason of such failure on the part of the Awardee and shall thereupon immediately be
forfeited to the Owner.
The filing of a proposal will be considered as an acceptance of this provision by the
Bidder.
Part C General Conditions(NWWTP).doc C-13 Part C General Conditions
1 l/26/2007
City of Fort Worth
Northwest WTP
C3-3.10 BEGINNING WORK: The Contractor shall not commence work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
work at the site of the project within the time stipulated in the written authorization
usually termed the"Work Order"or"Proceed Order", it is agreed that the Surety
Company will, within ten(10) days after the commencement date set forth in such
written authorization, commence the physical execution of the contract.
C3-3.11 INSURANCE: The Contractor shall not commence work under this contract
until he has obtained all the insurance required under the Contract Documents, and such
insurance has been approved by the Owner. The prime contractor shall be responsible for
delivering to the Owner the sub-contractor's certificate of insurance for approval. The
prime contractor shall indicate on the certificate of insurance included in the documents
for execution whether or not his insurance covers sub-contractors. It is the intention of
the Owner that the insurance coverage required herein shall include the coverage of all
sub-contractors. The General Contractor may require all subcontractors to be insured and _
submit documentation ensuring that the requirements of C3-3.11 are met for all
subcontractors. Failure of the OWNER to request required documentation shall not
constitute a waiver of the insurance requirements specified herein. The Contractor's r•
liability shall not be limited to the specified mounts of insurance required herein.
A. Commercial General Liability Insurance: The Contractor shall procure
and shall maintain during the life of this contract Contractor's Commercial
General Liability Insurance (Public Liability and Property Damage
Insurance) in the amount not less than$500,000 covering each
occurrence/aggregate on account of bodily injury, including death, and in
an amount not less than$500,000 covering each occurrence/aggregate on
account of property damage with $2,000,000 umbrella policy coverage.
Certificates of insurance shall state that Insurance is on an "occurrence
basis." Certificate shall also contain a statement that no exclusions by
endorsement have been made to the Commercial General Liability Policy.
B. Additional Liability: The Contractor shall furnish insurance as separate
policies or by additional endorsement to one of the above-mentioned
policies, and in the amount as set forth for public liability and property
damage,the following insurance:
1. Contingent Liability(covers General Contractor's Liability for acts
of sub-contractors.)
2. Blasting, prior to any blasting being done.
3. Collapse of building or structures adjacent to excavation(if
excavations are to be performed adjacent to same).
4. Damage to underground utilities for$500,000.
Part C General Conditions(NWWTP).doc C-14 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
5. Builders risk(where above-ground structures are involved)
# 6. Contractual Liability(covers all indemnification requirements of
Contract). The City, its offices, employees and servants shall be
endorsed as additional insured on Contractor's insurance policies
excepting employer's liability insurance coverage under
Contractor's worker's compensation insurance policy.
Contractor's insurance policies shall be endorsed to provide that
such insurance is primary protection and any self-funded or
commercial coverage maintained by the OWNER shall not be
called upon to contribute to loss recovery.
7. When required by the Contract documents, Environmental
Impairment Liability Coverage must be provided in the limits of
$1,000,000 per occurrence and $2,000,000 annual aggregate. The
Environmental Impairment Liability(EIL)must contain coverage
for sudden and accidental contamination or pollution, liability for
gradual emissions, and clean-up costs. The EIL coverage shall
include two year completed operations coverage on a per Project
basis. A separate insurance policy may be needed to fulfill this
requirement. EIL for damages incurred in the course of
transporting sludge shall be covered under the contractor's
insurance policy(s).
C. Automobile Insurance—Bodily Injury and Property Damage: The
Contractor shall procure and maintain, during the life of the Contract,
Comprehensive Automobile Liability insurance with the following limits::
_ Bodily Injury $250,000 each person
Bodily Injury $500,000 aggregate
Property Damage $100,000 aggregate
D. Scope of Insurance and Special Hazard: The insurance required under the
above paragraphs shall provide adequate protection for the Contractor and
his sub-contractors, respectively, against damage claims which may arise
from operations under this contract, whether such operations be by the
insured or by anyone directly or indirectly employed by him, and also
,4 against any of the following special hazards which may be encountered in
the performance of the Contract.
E. Proof of Carriage of Insurance: The Contractor shall funiish the Owner
with satisfactory proof of coverage by insurance required in these Contract
Documents in amounts and by carriers satisfactory to the Owner. Other
than Worker's Compensation Insurance, in lieu of specified insurance, the
City may consider alternative coverage or risk treatment measures through
insurance pools or risk retention groups. The City must approve in writing
Part C General Conditions(NWWTP).doc C-15 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
any alternative coverage. All insurance requirements made upon the
Contractor shall apply to the sub-contractor, should the Prime Contractor's
insurance not cover the sub-contractor's work operations.
F. Deductible Limits: The deductible limits or self-funded retention limits, on
each policy must not exceed $10,000 per occurrence unless otherwise
approved by the City.
G. Insurance Company:, The insurance company with whom the Contractor's *—
insurance is written shall be authorized to do business in the State of
Texas and shall have a current A.M. Best Rating of"A:VII"or equivalent
measure of financial strength and solvency.
H. Notification: During the lifetime of this contract,the Contractor shall
notify the ENGINEER in writing, of any known loss occurrence that
could give rise to a liability claim or lawsuit or which could result in a
property loss.
I. Cancellation: Insurance shall be endorsed to provide the City with a
minimum of thirty days notice of cancellation,non-renewal and/or
material change in insurance policy terms or coverage. A minimum 10-
day notice shall be acceptable in the event of non-payment of insurance
premium to insurance company.
J. ADDITIONAL INSURANCE REQUIREMENTS:
a. The City, its officers, employees and servants shall be endorsed as an
additional insured on Contractor's insurance policies excepting
employer's liability insurance coverage under Contractor's workers'
compensation insurance policy.
b. Certificates of insurance shall be delivered to the City of Fort Worth,
contract administrator in the respective department as specified in the
bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102,
prior to commencement of work on the contracted project.
c. Any failure on part of the City to request required insurance
documentation shall not constitute a waiver of the insurance
requirements specified herein.
d. Each insurance policy shall be endorsed to provide the City a pa
minimum thirty days notice of cancellation, non-renewal, and/or
material change in policy terms or coverage. A ten days notice shall
be acceptable in the event of non-payment of premium.
Part C General Conditions(NWWTP).doc C-16 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
e. Insurers must be authorized to do business in the State of Texas and
have a current A.M. Best rating of A: VII or equivalent measure of
financial strength and solvency.
f. Deductible limits, or self-funded retention limits, on each policy must
not exceed $10,000.00 per occurrence unless otherwise approved by
the City.
g. Other than worker's compensation insurance, in lieu of traditional
insurance, City may consider alternative coverage or risk treatment
measures through insurance pools or risk retention groups. The City
-+ must approve in writing any alternative coverage.
h. Workers' compensation insurance policy(s) covering employees
employed on the project shall be endorsed with a waiver of
subrogation providing rights of recovery in favor of the City.
i. City shall not be responsible for the direct payment of insurance
premium costs for contractor's insurance.
j. Contractor's insurance policies shall each be endorsed to provide that
such insurance is primary protection and any self-funded or
commercial coverage maintained by City shall not be called upon to
contribute to loss recovery.
k. In the course of the project, Contractor shall report, in a timely
manner, to City's officially designated contract administrator any
known loss occurrence which could give rise to a liability claim or
lawsuit or which could result in a property loss.
1. Contractor's liability shall not be limited to the specified amounts of
insurance.
in. Upon the request of City, Contractor shall provide complete copies of
all insurance policies required by these contract documents.
K. City Responsibilities: The City shall not be responsible for direct payment
of insurance premium costs for Contractor's Insurance.
L. Additional Insured. All insurance policies for this project except
r, Worker's Compensation shall be written with the City of Fort Worth,
Camp Dresser&McKee Inc., and Black & Veatch, Inc. listed as
additional insured.
Part C General Conditions(N WWTP).doc C-17 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall
pay for all materials, labor, and services when due.
C3-3.13 WAGE RATES:
A. The contractor shall comply with all requirements of Chapter 2258,Texas
Government Code, 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,Texas Government Code. Such prevailing wage
rates are included in these contract documents.
B. The contractor 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. These records shall be open at all reasonable hours for inspection by the
City. The provisions of Section C-1,L.Right to Audit(Rev. 9/30/02)pertain to
this inspection. •�
C. The contractor shall include in its subcontracts and/or shall otherwise require all
of its subcontractors to comply with paragraphs(a)and(b)above.
D. With each partial payment estimate or payroll period,whichever is less,an
affidavit stating that the contractor has complied with the requirements of ..
Chapter 2258,Texas Government Code.
E. The contractor shall post the prevailing wage rates in a conspicuous place at the
site of the project at all times.
C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor,
whether a person,persons, partnership, company, firm, association, corporation, or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities,will have or shall establish a fully
operational business office within the Fort Worth—Dallas metropolitan area. The
Contractor shall charge, dclegate, or assign this office(or he may delegate his Project
Superintendent)with full authority to transact all business actions required in the _
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters pertaining to the work governed by the Contract whether it be
administrative or otherwise, and as such shall be empowered,thus delegated and directed, ..
to settle all material, labor, or other expenditures, all claims against the work or any other
matter associated with such as maintaining adequate and appropriate insurance or
security coverage for the project. Such local authority for administration of the work
under the Contract shall be maintained until all business transactions executed as part of
the Contract are complete.
Should the Contractor's principal base of operations be other than in the Fort Worth-
Dallas metropolitan area, notification of the Contractor's assignment of local authority
Part C General Conditions(NWWTP)Acc C-18 Part C General Conditions
11/26/2007
i
City of Fort Worth
Northwest WTP
shall be made in writing to the Engineer in advance of any work on the project, all
appropriately signed and sealed, as applicable,by the Contractor's responsible officers
with the understanding that this written assignment of authority to a local representative
shall become part of the project Contract as though bound directly into the project
documents. The intent of these requirements is that all matters associated with the
Contractor's administration,whether it be oriented in furthering the work, or other, be
governed directly by local authority. This same requirement is imposed on insurance
surety coverage. Should the Contractor's local representative fail to perform to the
i satisfaction of the Engineer,the Engineer, at his sole discretion, may demand that such
local representative be replaced and the Engineer may, at his discretion, stop all work
until a new local authority satisfactory to the Engineer, is assigned. No credit of working
time sill be for periods in which work stoppages are in effect for this reason.
C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas.
i
i
Part C General Conditions(NWWTP).doc C-19 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
SECTION C4-4 SCOPE OF WORK
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent ,r
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided in the Contract Documents, shall do all extra or special work as may be
considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor,tools,materials,machinery, equipment, special
services, and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by the General or Special Conditions
of these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the"Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for such work and furnished to the Bidder in the form of Addenda. All
such"Special Provisions"shall be considered to be a part of the Contract Documents just
as though they were originally written therein.
C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary, and the Contractor shall
perform the work as altered, increased or decreased at the unit prices as established in the
contract documents. No allowance will be made for any changes in lost or anticipated
profits nor shall such changes be considered as waiving or invalidating any conditions or
provisions of the Contract Documents.
Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted
herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories.
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner
reserves the right to make such changes in the Contract Documents and in the character
or quantities of the work as may be necessary or desirable t insure completion in the most
satisfactory manner,provided such changes do not materially alter the original Contract
Documents or change the general nature of the project as a whole. Such changes shall
not be considered as waiving or invalidating any condition or provision of the Contract
Documents.
C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of
the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents, shall be defined as "Extra Work" and shall be
Part C General Conditions(NWWTP).doc C-20 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto;provided however, that before any extra work is begun a"Change
Order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
A. Unit bid price previously approved
B. An agreed lump sum
C. The actual reasonable cost of(1) labor, (2)rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates; (3)materials entering
permanently into the project, (4) actual cost of insurance, and bonds, and
(5)overhead and profit.
The Contractor agrees that should any change in the work of extra work be
ordered, the following applicable percentage shall be added to Material
and Labor Costs to cover overhead and profit:
1. Allowance to the Contractor for overhead and profit for extra work
performed by the Contractor's own forces shall not exceed 15%.
2. Allowance to the Contractor for overhead and profit for extra work
performed by a subcontractor and supervised by the Contractor shall
not exceed 10%.
i
Contractor shall be reimbursed for direct field overhead when the change
requires an extension of the Contract period. Contractor shall not be
reimbursed for indirect overhead or indirect costs related to changes to this
contract
No "Change Order" shall become effective until it has been approved and signed by each
of the contracting parties.
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions, either oral or written, appear to the Contractor
to involve"Extra Work" for which he should receive compensation, he shall make
writtcn request to the Engineer for written orders authorizing such"Extra Work",prior to
beginning such work.
Should a difference arise as to what does or does not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep an
accurate account of the actual and reasonable cost thereof as provided under method
Part C General Conditions(NWtiVTP).doc C-21 Part C General Conditions
,� 11/26/2007
City of Fort Worth
Northwest WTP
(Item Q. Claims for"Extra Work"will not be paid unless the Contractor shall file his
claim with the Owner within five(5)before the time for making the first estimate after
such work is done and unless the claim is supported by satisfactory vouchers and certified
payrolls covering all labor and materials expended upon said Extra Work.
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
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.
C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this
Contract,the Contractor shall submit to the Owner and receive the Owner's approval —'
thereof, a"Schedule of Operations"showing by a straight line method the date of
commencing and finishing each of the major elements of the Contract. There shall be
also shown the estimated monthly cost of work for which estimates are to be expected.
There shall be presented also a composite graph showing the anticipated progress of
construction within the time being plotted horizontally and the percentage of completion
plotted vertically. The progress charts shall be prepared on 8 %"x I I" sheets and at least
five black or blue prints shall b e furnished to the Owner.
C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITES: PW
Within ten(10) days prior to submission of first monthly progress payment, the
Contractor shall prepare and submit to the Owner for approval six copies of the schedule _
in which the Contractor proposes to carry on the work,the date of which he will start the
several major activities (including procurement of materials,plans, and equipment) and
the contemplated dates for completing the same. The schedule shall be in the form of a _
time schedule Critical Path Method(CPM)network diagram. As the work progresses,
the Contractor shall enter on the diagram the actual progress at the end of each partial
payment period or at such intervals as directed by the Engineer. The Contractor shall
also revise the schedule to reflect any adjustments in the contract time approved by the
Engineer. Three copies of the updated schedule shall be delivered at such intervals as
directed by the Owner. _
As a minimum, the construction schedule shall incorporate all work elements and
activities indicated in the proposal and in the technical specifications. _
Prior to the final drafting of the detailed construction schedule, the Contractor shall
review the draft schedule with the Engineer to ensure the Contractor's understanding of
the contract requirements.
Part C General Conditions(NWWTP).doc C-22 Part C General Conditions
11/26/2007
r
City of Fort Worth
Northwest WTP
The following guidelines shall be adhered to in preparing the construction schedule:
A. Milestone dates and final project completion dates shall be developed to
conform to time constraints, sequencing requirements, and completion
time.
B. The construction process shall be divided into activities with time
durations of approximately fourteen(14) days and construction values not
•. to exceed $50,000. Fabrication,delivery and submittal activities are
exceptions to this guideline.
•— C. Durations shall be in calendar days and normal holidays and weather
conditions over the duration of the Contract shall not be accounted for
within the duration of each activity.
D. One critical path shall be shown on the construction schedule.
E. Float time is defined as the aniount of time between the earliest start date
and the latest start date of a chain of activities of the CPM construction
schedule. Float time is not for the exclusive use or benefit of either the
Contractor or the Owner.
F. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall as a minimum be divided into general categories as
indicated in the Proposal and Technical Specifications and each general category shall be
broken down into activities in enough detail to achieve activities of approximately
fourteen(14) days duration.
For each general category, the construction schedule shall be identify all trades or
subcontracts whose work is represented by activities that follow the guidelines of this
section.
For each of the trades or subcontracts, the construction schedule shall indicate the
following procurements, construction and pre-acceptance activities and events in their
logical sequence for equipment and materials.
1. Preparation and transmittal of submittals
2. Submittal review periods
3. Shop fabrication and delivery
4. Erection or installation
5. Transmittal of manufacturer's operation and maintenance manuals
6. Installed equipment and materials testing
7. Owner's operation instruction(if applicable)
8. Operational testing
9. Final inspection
Part C General Conditions(NWWTP).doc C-23 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest W TP
If, in the opinion of the Owner, work accomplished falls behind that scheduled, the
Contractor shall take such action as necessary to improve his progress. In addition, the ,^
Owner may require the Contractor to submit a revised schedule demonstrating his
program and proposed plan to make up lag in schedule progress and to insure completion
of the work within the contract time. If the Owner finds the proposed plan not
acceptable, he may require the Contractor to increase the work force,the construction
plant and equipment, the number of work shifts or the overtime operations without
additional cost to the Owner.
Failure of the Contractor to comply with these requirements shall be considered grounds
for determination by the Owner that the Contractor is failing to prosecute the work with .�
such diligence as will insure its completion within the time specified.
Part C General Conditions(NWNVTP).doe C-24 Part C General Conditions
1 l/26/2007
City of Fort Worth
Northwest WTP
SECTION C5-5 CONTROL OF WORK AND MATERIALS
C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction
of the Engineer and in strict compliance with the Contract Documents. He shall decide
all questions which arise as to the quality and acceptability of materials furnished,work
performed, rate of progress of the work, overall sequence of construction, interpretation
of the Contract Documents, acceptable fulfillment of the contract, compensation,mutual
*� rights between the Contractor and Owner under the Contract Documents, supervision of
the work, resumption of operations, and all other questions or disputes which may arise.
Engineer will not be responsible for Contractor's means, methods, techniques, sequences
or procedures of construction, or the safety precaution and programs incident thereto, and
he will not be responsible for Contractor's failure to perform the work in accordance with
the Contract Documents.
He shall determine the amount and quality of the work completed and materials
furnished, and his decisions and estimates shall be final. His estimates in such event shall
be a condition of the right of the Contractor to receive money due him under the
Contract. The Owner shall have executive authority to enforce and make effective such
necessary decisions and orders as the Contractor fails to carry out promptly.
In the event of any dispute between the Engineer and Contractor over the decision of the
Engineer on any such matters,the Engineer must, within a reasonable time, upon written
request of the Contractor, render and deliver to both the Owner and Contractor, a written
decision on the matter in controversy.
C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform
with the lines, grades, cross-sections, finish, and dimensions shown on the plans or any
other requirements otherwise described in the Contract Documents. Any deviation from
the approved Contract Documents required by the Engineer during construction will in all
cases be determined by the Engineer and authorized by the Owner by Change Order.
C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents
are made up of several sections, which, taken together, are intended to describe and
provide for a complete and useful project, and any requirements appearing in one of the
sections is as binding as though it occurred in all sections. In case of discrepancies,
figured dimensions shall govern over scaled dimensions,plans shall govern over
specifications, special conditions shall govern over general conditions, and standard
specifications, and quantities shown on the plans shall govern over those shown in the
proposal. The Contractor shall not take advantage of any apparent error or omission in
the Contract Documents, and the Owner shall be permitted to make such corrections or
interpretations as may be deemed necessary for the fulfillment of the intent of the
Contract Documents. In the event that the Contractor discovers an apparent error or
discrepancy, he shall immediately call this condition to the attention of the Engineer. In
the event of a conflict in the drawings, specifications, or other portions of the Contract
Part C General Conditions(NWWTP).doc C-25 Part C General Conditions
,� II/26/2007
City of Fort Worth
Northwest WTP
Documents which were not reported prior to the award of Contract, the Contractor shall
be deemed to have quoted the most expensive resolution of the conflict.
C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with
three sets of the Contract Documents and shall have available on the site of the project at
all times one set of such Contract Documents.
The Contractor shall give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his inspector, and other
Contractors in every way possible.
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times
at the site of the project a competent, English—speaking superintendent and an assistant
who are fully authorized to act as the Contractor's agent on the work. Such
superintendent and his assistant shall be capable of reading and understanding the
Contract Documents and shall receive and fulfill instructions from the Owner, the
Engineer, or his authorized representatives. Pursuant to this responsibility of the
Contractor, the Contractor shall designate in writing to the project superintendent, to act
as the Contractor's agent on the work. Such assistant project superintendent shall be a
resident of Tarrant County, Texas and shall be a subject to call, as is the project
superintendent, at any time of the day or night on any day of the week on which the
Engineer determines that circumstances require the presence on the project site of a
representative of the Contractor to adequately provide for the safety or convenience of
the traveling public or the owners of property across which the project extends or the
safety of property contiguous to the project routing.
The Contractor shall provide all facilities to enable the Engineer and his inspector to
examine and inspect the workmanship and materials entering into the work.
C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of
the Owner or Engineer, a condition of emergency exists related to any part of the work,
the Contractor, or the Contractor through his designated representative, shall respond
with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night, whether the project is PM
scheduled on a calendar day or on a working day basis.
Should the Contractor fail to respond to a request from the Engineer to rectify any _
discrepancies, omissions, or corrections necessary to conform with the requirements of
the project specifications or plans, the Engineer 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
Part C General Conditions(NWWTP).doc C-26 Part C General Conditions
11/26/2607
City of Fort Worth
Northwest WTP
shall then deduct an amount equal to the entire costs for such remedial action, plus 25%,
from any funds due the Contractor on the project.
C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an
adequate field office for use of the Engineer, if specifically called for. The field office
shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated,
air conditioned, lighed and weather-proof, so that documents will not be damaged by the
elements.
C5-5.7 CONSTRUCTION STAKES: The City, through its Engineer,will furnish the
Contractor will all lines, grades, and measurements necessary to the proper prosecution
�• and control of the work contracted for under these Contract Documents, and lines grade,
and measurements will be established by means of stakes or other customary method of
marking as may be found consistent with good practice.
These stakes or markings shall be set sufficiently in advance of construction operations to
avoid delay. Such stakes or markings as may be established for the Contractor's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them. Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of
his employees, the full cost of replacing such stakes or marks plus 25%will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City inspectors will be
authorized to inspect all work done and to be done and all materials furnished. Such
inspection may extend to all or any part of the work, and the preparation or
manufacturing of the materials to be used or equipment to be installed. A City Inspector
may be stationed on the work to report to the Engineer as to the progress of the work and
the manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
_ of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the material or equipment furnished or the manner of performing the
work, the City Inspector will have authority to reject materials or equipment and to
suspend work until the question at issue can be referred to and be decided by the
Engineer. The City Inspector will not,however,be authorized to revoke, alter, enlarge,
or release any requirement of these Contract Documents, nor to approve or accept any
portion or section of the work, not to issue any instructions contrary to the requirements
of the Contract Documents. He will in no case act as superintendent or foreman or
perform any other duties for the Contractor, or interfere with the management or
operation of the work. He will not accept from the Contractor any compensation in any
form for performing any duties. The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
Part C General Conditions(NWWTP).doc C-27 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
obligations of the Contract Documents,provided, however, should the Contractor object
to any orders or instructions of the City Inspector, the Contractor may within six days
make written appeal to the Engineer for his decision on the matter in controversy.
C5-5.9 INSPECTOR: The Contractor shall furnish the Engineer with every reasonable
facility for ascertaining whether or not the work as performed is in accordance with the
requirements of the Contract Documents. If the Engineer so requests, the Contractor
shall, at any time before acceptance of the work, remove or uncover such portion of the
finished work as may be directed. After examination,the Contractor shall restore said
portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable, the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should the work so exposed or examined prove to be unacceptable, the
uncovering or removing and the replacing of all adjacent, defective, or damaged parts ^
shall be at the Contractor's expense. No work shall be done or materials used without
suitable supervision or inspection.
C5-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work ,
materials, or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at his own expense. Work done
beyond the lines and grades given or as shown on the plans, except as herein specifically
provided, or any Extra Work done without written authority,will be considered as
unauthorized and done at the expense of the Contractor and will not be paid for by the
Owner. Work so done may be ordered removed at the Contractor's expense. Upon
failure on the part of the Contractor to comply with any order of the Engineer made under
the provisions of this paragraph, the Engineer will have the authority to cause the
defective work to be remedied or removed and replaced and unauthorized work to be
removed, and the cost thereof may be deducted from any money due or to become due to
the Contractor. Failure to require the removal of any defective work or unauthorized
work shall not constitute acceptance of such works.
C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law,
ordinance, codes or regulations permit the Contractor to furnish or use a substitute that is
equal to any material or equipment specified, and if the Contractor wishes to furnish or ^
use a proposed substitute, he shall,prior to the preconstruction conference, make written
application to Engineer for approval of such substitute certifying in writing that the
proposed substitute will perform adequately the functions called for by the general ..
design, be similar and of the equal substance to that specified and be suited to the same
use and capable of performing the same function as that specified; and identifying all
variations of the proposed substitute from that specified and indicating available ..
maintenance service. No substitute shall be ordered or installed without the written
approval of the Engineer who will be the judge of the equality and may require the
Contractor to furnish such other data about the proposed substitute as he considers
pertinent. No substitute shall be ordered or installed without such performance guarantee
and bonds as Owner may require which shall be furnished at Contractor's expense.
Part C General Conditions(NWWTP).doc C-28 Part C General Conditions
11/26/2007
i
City of Fort Worth
Northwest WTP
Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly
or indirectly employed by either of them from and against the claims, damages, losses
and expenses (including attorney's fees) arising out of the use of substituted materials or
equipment.
C5-5.12 SAMPLES AND TESTS OF MATERIALS: Where, as called for in the
Contract Documents, tests of materials or equipment are necessary, such tests will be
made at the expense of and paid for by the Contractor unless otherwise specifically
i provided for in the Technical Specifications The failure of the Owner to make any tests
of materials shall in no way relieve the Contractor of his responsibility of furnishing
materials and equipment fully conforming to the requirements of the Contract
Documents. Tests and sampling of the materials, unless otherwise specified, will be
made in accordance with the latest methods prescribed by the American Society for
Testing Materials or specific requirements of the Owner. The Contractor shall provide
-r such facilities as the Engineer may require for collecting and forwarding samples and
shall not, without specific written.permission of the Engineer, use the materials
represented by the samples until the tests have been made and the materials approved for
use. The Contractor will furnish adequate samples without charge to the Owner.
In case of concrete, the aggregates, design minimum, and the mixing and transporting
equipment shall be approved by the Engineer before any concrete is placed, and the
Contractor shall be responsible for replacing any concrete which does not meet the
requirements of the Contract Documents. Tests shall be made at least 9 days prier to the
placing of concrete, using samples from the aggregate, cement, and mortar which are to
be used later in the concrete. Should the source of supply change, new tests shall be
made prior to the use of the new materials.
C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the
construction operation shall be stored so as to insure the preservation of the quality and
fitness of the work. When directed by the Engineer, they shall be placed on wooden
platforms or other hard, clean, durable surfaces and not on the ground, and shall be
placed under cover when directed. Stored materials shall be placed and located so as to
facilitate prompt inspection.
C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions
shown on the Plans relative to existing utilities are based on the best information
available. Omission from, or the inclusion of utility locations on the Plans is not to be
considered as the nonexistence of, or a definite location of, existing underground utilities.
The location of many gas mains, water mains, conduits, sewer lines, and service lines for
all utilities, etc, is unknown to the Owner, and the Owner assumes no responsibility for
failure to show any or all such structures and utilities on the plans or to show them in
their exact location. It is mutually agreed that such failure will not be considered
sufficient basis for claims for additional compensation, for Extra Work, or for increasing
the pay quantities in any manner whatsoever, unless an obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
Part C General Conditions(NWWTP).doc C-29 Part C General Conditions
11/261 2007
City of Fort Worth
Northwest WTP
building of special works,provision for which is not made in the Contract Documents, in
which case the provision in these Contract Documents for Extra Work shall apply.
It shall be the Contractors responsibility to verify the locations of adjacent and/or
conflicting utilities sufficiently in advance of construction in order that he may negotiate
such local adjustments as necessary in the construction process to provide adequate ..
clearances. The Contractor shall take all necessary precautions in order to protect all
existing utilities, structures, and service lines. Verification of existing utilities, structures,
and service lines shall include notification of all existing utility companies at least forty- �.
eight(48) hours in advance of construction including exploratory excavation if necessary.
All verification of existing utilities and their adjustment shall be considered as subsidiary
work. .•
C5-5.15 INTERRUPTION OF SERVICE:
A. Normal Prosecution: In the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance, shall be required to: —
1. Notify the Water Department as to location, time, and schedule of
service interruption. PM
2. Notify each customer personally through responsible personnel as
to time and schedule of interruption of their service, or
3. In the event that personal notification of a customer cannot be
made, a prepared tag form shall be attached to the customer's
entrance door knob. The tag shall be durable in composition, an in
large bold type shall say:
NOTICE
Due to Utility Improvement in your neighborhood,
your(water) (sewer) service will be interrupted
on between the
hours of and
This inconvenience will be as short as possible.
Thank You,
Contractor
Address Phone
Part C General Conditions(NWWTP).doc C-30 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
B. Emergency: In the event that an unforeseen service interruption occurs,
notice shall be as above, but immediate.
C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or
neglect on the part of the Contractor, any other Contractor or any sub-contractor shall
suffer loss or damage on the work, the Contractor agrees to settle with such other
Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-
contractor shall assert any claim against the Owner on account of any damage alleged to
have been sustained, the Owner will notify the Contractor,who shall indemnify and save
harmless the Owner against such claim.
C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the
job site during the prosecution of the work under these Contract Documents shall be
accomplished in keeping with a daily routine established to the satisfaction of the
Engineer. Twenty-four(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 Engineer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct
action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the
Contractor in the written notice, and the costs of such direct action,plus 25%of such
costs, shall be deducted from monies due or to become due to the Contractor.
Upon the completion of the project as a whole as covered by these Contract Documents,
and before final acceptance and final payment will be made,the Contractor shall clean
and remove from the site of the project all surplus or discarded materials, temporary
structures, and debris of every kind. He shall leave the site of all work in a neat and
orderly condition equal to that which originally existed. Surplus and waste materials
removed from the site of the work shall be disposed of at locations satisfactory to the
Engineer. The Contractor shall thoroughly clean all equipment and materials installed by
him and shall deliver over such materials and equipment in a bright, clean,polished, and
new appearing condition. No extra compensation will be made to the contactor for any
clean-up required on the project.
C5-5.18 FINAL ACCEPTANCE: Whenever the work provided for in and contemplated
under the Contract Documents has been satisfactorily completed and final cleanup
performed, the Engineer will notify the proper officials of the Owner and request that the
Final inspection be made. Such inspection will be made within ten(10) days after such
notification. After such final inspection, if the work and materials and equipment are
found satisfactory, the Contractor will be notified in writing of the acceptance of the
same after the proper resolution has been passed by the City Council. No time charge
will be made against the Contractor between said date of notification of the Engineer and
the date of final inspection of the work.
i
Part C General Conditions(NWWTP).doc C-31 Part C General Conditions
1 1/26/2007
City of Fort Worth
Northwest WTP
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders, laws, ordinances, and regulations which exist at the time of the Contract or
may be hereafter enacted during the performance of the Contract by bodies having
jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance
thereof will be considered. The Contractor and his sureties shall indemnify and save
harmless the City and all of its officers, agents, and employees against any and all claims
or liability arising from or based on the violation of any such law, ordinance, regulation, ..
or order, whether it be by himself or his employees.
C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and ..
licenses,pay all charges, costs and fees, and give all notices necessary and incident to the
due and lawful prosecution of the work. Contractors are responsible for obtaining
construction permits from the governing agencies. Contractor shall schedule all code ..
inspections with the Code Inspection Department in accordance with the permit
requirements and submit copy of updated schedule to the Engineer weekly. Plumbing,
electrical and mechanical building permits are issued without charge. Water and sewer
access fees will be paid by the Water Department. Any other permit fees are the
responsibility of the Contractor.
C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is
required or desires to use any design, device, material, or process covered by letter,
patent, or copyright, he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and
understood that without exception the contract prices shall include all royalties or cost
arising from the patents, trade-marks, and copyrights in any way involved in the work.
The Contractor and his sureties shall indemnify and save harmless the Owner from any
and all claims for infringement by reason of the use of any such patented design, device,
material, or process, or any trade-mark or copyright in connection with the work agreed
to be performed under these Contract Documents, and shall indemnify the Owner for any
cost, expense, or damage which it may be obliged to pay for reason of such infringement
at any time during the prosecution of the work,provided,however, that the Owner will
assume the responsibility to defend any and all suits brought for infringement of any
patent claimed to be infringed upon by the design, type of construction or material or
equipment specified in the Contract Documents furnished the Contractor by the Owner, ..
and to hold the Contractor harmless on account of such suits.
C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among
his employees such regulations in regard to the cleanliness and disposal of garbage and
waste as will tend to prevent the inception and spread of infectious or contagious diseases
and to effectively prevent the creation or a nuisance about the work on any property
either public or private, and such regulations as are required by Law shall be put into
Part C General Conditions(NWWTP).doc C-32 Part C General Conditions
i Ii26i2047
City of Fort Worth
Northwest WTP
immediate force and effect by the Contractor. The necessary sanitary conveniences for
use of laborers on the work, properly secluded from public observation, shall be
constructed and maintained by the Contractor and their use shall be strictly enforced by
the Contractor. All such facilities shall be kept free from objectionable odors so as not to
cause a nuisance. All sanitary laws and regulations of the State of Texas and the City
shall be strictly complied with.
C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about
the work shall be so placed and used, and the work shall at all times be son conducted, as
to cause no greater obstruction or inconvenience to the public than is considered to be
absolutely necessary by the Engineer. The Contractor is required to maintain at all times
all phases of his work in such a manner as not to impair the safety or convenience of the
public, including,but not limited to, safe and convenient ingress and egress to properly
contiguous to the work area. The Contractor shall make adequate provisions to render
reasonable ingress and egress for normal vehicular traffic, except during actual trenching
or pipe installation operation, at all driveway crossings. Such provisions may include
bridging,placement of crushed stone or gravel, or such other means of providing proper
ingress and egress for the property served by the driveway as the Engineer may approve
as appropriate. Such other means may include the diversion of driveway traffic, with
specific approval by the Engineer. If diversion of traffic is approved by the Engineer at
any location, the Contractor shall make arrangements satisfactory to the Engineer for the
diversion of traffic, and shall, at his own expense, provide all materials and perform all
work necessary for the construction and maintenance of roadways and bridges for such
diversion of traffic. Sidewalks must not be obstructed except by special permission of
the Engineer.
MP The materials excavated and the construction materials such as pipe used in the
construction of the work, shall be placed so as not to endanger the work or prevent free
access to all fire hydrants, fire alarm boxes,police call boxes, water valves, gas valves, or
manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part
of the Contractor as regards to public convenience and safety which may come to the
attention, after twenty-four(24) hours notice in writing to the Contractor, save in cases of
emergency when it shall have the right to remedy any neglect without notice, and in
either case, the cost of such work done or materials furnished by the Owner, or by the
City, shall be deducted from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer,shall notify the Fire Department
Headquarters, Traffic Engineer, and Police Department, when a street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and,
when so directed by the Engineer, shall keep any street, streets, or highways in condition
for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets, alleys, or hydrants are again
placed back into service.
Where the Contractor is required to construct temporary bridges, or make other
arrangements for crossing over ditches or streams, his responsibility for accidents in
Part C General Conditions(NWWTP).doc C-33 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
connection with such crossings shall include the roadway approaches as well as the
structures or such crossings.
The Contractor shall at all times conduct his operation and the use of construction
machinery so as not to damage or destroy trees and shrubs located in close proximity to
or on the site of the work. Whenever any such damage may be done, the Contractor shall
immediately satisfy all claims of the property owners, and no payment will be made by
the Owner in settlement of the claims. The Contractor shall file with the Engineer a
written statement showing all such claims adjusted.
C6-6.6 PRIVELEGES OF CONTRACTOR IN STREETS ALLEYS AND RIGHT OF
WAY: For performance o f the contract,the Contractor shall be permitted to use and
occupy such portions of the public streets and alleys,or other public places or other right-
of-ways as provided for in the ordinances of the City, as shown in the Contract
Documents, or as may be specifically authorized in writing by the Engineer. A
reasonable amount of tools, materials, and equipment for construction purposes may be
stored in such space,but no more than is necessary to avoid delay in the construction
operations. Excavated and waste materials shall be piled or stacked in such a way as not —
to interfere with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property. If the street is occupied
by railway tracks, the work shall be carried on in such manner as not to interfere with the
operation of trains, loading or unloading of cars, etc. Other contractors of the Owner
may, for all purposes required by the contract, enter upon the work and premises used by
the Contractor, and shall be provided all reasonable facilities and assistance for the
completion of adjoining work. Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost and expense.
C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of
any railway,the City shall secure the necessary easement for the work. Where the railway
tracks are to be crossed, the Contractor shall observe all the regulations and instructions
of the railway company as to the method of performing the work and take all precautions
for safety of property and the public. Negotiations with the railway companies for
i
permits shall be done by and through the City. The Contractor shall give the City notice
not less than five(5) days prior to the time of his intentions to begin the work on that
portion of the project which is related to the railway properties, The Contractor will not
be given extra or additional compensation for such railway crossings unless specifically
set forth in the Contract Documents.
C6-6.8 BARRICADES, WARNINGS,AND FLAGMEN: Where the work is carried on
in or adjacent to any street, alley, or public place,the Contractor shall at his own expense
furnish, erect, and maintain such barricades, fences, lights and danger signals, shall
provide such flagmen, and shall take all reasonable necessary measures for the protection
of persons or property and of the work as are necessary. Barricades and fences shall be
painted in a color that will be visible at night. From sunset to sunrise the Contractor shall i
furnish and maintain at least one easily visible burning light at each barricade. A
sufficient number of barricades shall be erected and maintained to keep pedestrians away
Part C General Conditions(NWWTP).doc C-34 Part C General Conditions
11/26/2007
MW
City of Fort Worth
Northwest WTP
from, and vehicles from being driven on or into, any work under construction or being
maintained. The Contractor shall furnish flagmen and keep them at their respective
assignments in sufficient numbers to protect the work and prevent accident or damage.
All installations and procedures shall be consistent with the provisions set forth in the
"1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways",
issued under the authority of the"State of Texas Uniform Act Regulating Traffic on
Highways", codified as Article 6701d Veron's Civil Statutes,pertinent sections being
Nos. 27, 29, 30, and 31.
The Contractor will not remove any regulatory sign, instructional sign, street name sign,
or other sign which has been erected by the City. If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation
and Public Works Department, Signs and Markings Division, to remove the sign. In the
— case of regulatory signs, the Contractor must replace the permanent sign with a temporary
sign meeting the requirements of the above referenced manual and such temporary sign
must be installed prior to the removal of the permanent sign. It the temporary sign is not
installed correctly or if it does not meet the required specifications,the permanent sign
shall be left in place until the temporary sign requirements are met. When construction
work is completed to the extent that the permanent sign can be re-installed, the
Contractor shall again contact the Signs and Markings Division to re-install the
permanent sign and shall leave his temporary sign in place until such re-installation is
completed.
The Contractor will be held responsible for all damage to the work or the public due to
failure of barricades, signs, fences, lights, or flagmen to protect them. Whenever
evidence is found of such damage to the work the Engineer may order the damaged
portion immediately removed and replaced by the Contractor at the Contractor's own
expense. The Contractor's responsibility for the maintenance of barricades, signs, fences,
— and lights, and for providing flagmen shall not cease until the project shall have been
completed and accepted by the Owner.
Ma No compensation, except as specifically provided in these Contract Documents, will be
paid to the Contractor for the work and materials involved in the constructing,providing,
and maintaining of barricades, signs, fences, and lights or for salaries of flagmen, for the
subsequent removal and disposal of such barricades, signs, or for any other incidentals
necessary for the proper protection, safety, and convenience of the public during the
.� contract period, as this work is considered to be subsidiary to the several items for which
unit or lump sum prices are requested in the Proposal.
— C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to
use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be
exercised at all times so as not to endanger life or property. The Contractor shall notify
the proper representative of any public service corporation, any company, individual, or
utility, and the Owner, not less than twenty-four(24) hours in advance of the use of any
Part C General Conditions(NW_%_TP)-(toe C-35 Part C General Conditiens
11/26/2007
City of Fort Worth
Northwest WTP
activity which might damage or endanger their or his property along or adjacent to the
work.
Where the use of explosives is to be permitted on the project, as specified in the Special
Construction Documents, or the use of explosives is requested, the Contractor shall
submit notice to the Engineer in Writing twenty-four(24) hours prior to commencing and
shall furnish evidence that he has insurance coverage to protect against any damages
and/or injuries arising out of such use of explosives.
All claims arising out of the use of explosives shall be investigated and a written report
made by the Contractor's insurers to the Engineer within ten(10)days after receipt of
written notice of the claim to the Contractor from either the City or the claimant. The ..
City shall proceed to give notice to the Contractor of any such claim. The use of
explosives may be suspended by the Engineer if any complaint is received and such use
shall not be resumed until the cause of the complaint has been addressed.
Whenever explosives are stored, or kept, they shall be stored in a safe and secure manner
and all storage places shall be plainly marked"DANGEROUS EXPLOSIVES"and shall ••
be under the care of a competent watchmen at all times. All vehicles in which explosives
are being transported shall be plainly marked as mentioned above and shall, insofar as
possible, not use heavy traffic routes. �-
C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into
private property, the Owner will provide such right-of-way easement privileges as the
City may deem necessary for the prosecution of the work. Any additional rights-of-way
or work area considered necessary by the Contractor shall be provided by him at his own
expense. Such additional rights-of-way or work are shall be acquired for the benefit of
the City. The City shall be notified in writing as to the rights so acquired before work
begins in the affected area. The Contractor shall not enter upon private property for any
purpose without having previously obtained permission from the owner of such property. "
The Contractor will not be allowed to store equipment or material on private property
unless and until the specified approval of the property owner has been secured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise,the Contractor shall clear all rights-of-way or easements of obstructions which
must be removed to make possible proper prosecution of the work as a part of the project
construction operations. The Contractor shall be responsible for the preservation of and
shall use every precaution to prevent damage to all trees, shrubbery,plants, lawns, fences,
culverts, curbing, and all other types of structures or improvements, to all water, sewer,
and gas lines, and to all conduits, overhead pole lines, or appurtenances thereof, including ..
the construction of temporary fences, and to all other public or private property along or
adjacent to the work.
The Contractor shall notify the proper representatives of owners or occupants of public or
private lands or interest in lands which might be affected by the work. Such notice shall _
be made at least forty-eight(48) hours in advance of the beginning of the work. Notices
shall be applicable to both public and private utility companies or any corporation,
Part C General Conditions(NWWTP).doc C-36 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
company, individual, or other, either as owners or occupants, whose land or interest in
land might be affected by the work. The Contractor shall be responsible for all damage
or injury to property of any character resulting from any act, omission, neglect, or
misconduct in the manner or method or execution of the work, or at any time due to
defective work, material, or equipment.
When and where any direct or indirect injury is don to public or private property on
account of any act, omission,neglect, or misconduct of the execution of the work, or in
consequence of the non-execution thereof on the part of the Contractor, he shall restore or
have restored at his own cost and expense such property to a condition at least equal to
that existing before such damage or injury was done, by repairing, rebuilding, or
MR otherwise replacing and restoring as may be directed by the Owner, or he shall make
good such damages or injury in a manner acceptable to the owner of the property and the
Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original condition or a better than original condition upon completion of this
project. When wire fencing, either wire mesh or barbed wire is to be crossed, the
Contractor shall set cross braced posts on either side of permanent easement before the
fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross
braced posts provided at the permanent easement limits, before the fence is cut.
Temporary fencing shall be erected in place of fencing removed whenever the work is not
in progress and when the site is vacated overnight, and/or at all times to prevent livestock
from entering the construction area. The cost for fence removal, temporary closures, and
replacement shall be subsidiary to the various items bid in the project proposal.
Therefore, no separate payment shall be allowed for any service associated with this
work.
In case of failure on the part of the Contractor to restore such property to make good such
damage or injury, the Owner may, upon forty-eight(48)hours written notice under
ordinary circumstances, and without notice when a nuisance or hazardous condition
results,proceed to repair, rebuild, or otherwise restore such property as may be
determined by the Owner to be necessary, and the cost thereby will be deducted from any
monies due or to become due to the Contractor under this Contract.
C6-6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties
hereto that the Contractor shall perform all work and services hereunder as an
independent contractor, and not as an officer, agent, servant or employee of the Owner.
Contractor shall have exclusive control of and the exclusive right to control the details of
all the work and services performed hereunder, and all persons performing same, and
shall be solely responsible for the acts and omissions of its officers, agents, servants,
employees,contractors, subcontractors, licensees, and invitees. The doctrine of
.. respondeat superior shall not apply as between the Owner and Contractor, its officers,
agents, employees, contractors and subcontractors, and nothing herein shall be construed
as creating a partnership or joint enterprise between the Owner and Contractor.
i
Part C General Conditions(NWWTP).doc C-37 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor
covenants and agrees to indemnify the City' Engineer and Architect, and their personnel
at the project site for the Contractor's sole negligence. In addition,the Contractor
covenants and agrees to indemnify, hold harmless and defend at its own expense, the
Owner, its officers, agents, servants, and employees, from and against all claims or suits
for property loss,property damage,personal injury, including death, arising out of, or
alleged to arise of, the work and services to be performed hereunder by the Contractor, its
officers, agents, employees subcontractors, licensees or invitees, whether or not any
such iniury, damage or death is caused, in whole or in Bart, by the negligence of the
Owner, its officers, agents, servants, or employees. Contractor likewise covenants and
agrees to indemnify and hold harmless Owner from and against any and all injuries to the ..
Owner's officers, agents, servants, and employees, loss or destruction of property of the
Owner arising form the performance of any of the terms and conditions of this Contract,
whether or not any such iniury or damage is caused, in whole or in part, by the
negligence or alleged negligence of the Owner, its af�cers, agents, servants, or
employees.
In the event the Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until the
Contractor either(a) submits to the Owner satisfactory evidence that the claim has been ..
settled and/or a release from the claimant involved, or(b)provides the Owner with a
letter from the Contractor's liability insurance carrier that the claim has been referred to
the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding
as a result of work performed under a City Contract.
C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation for any alleged damage by reason of the acts or omissions of the Owner,he
shall within three days after the actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the month succeeding that in which any
such damage is claimed to have been sustained, the Contractor shall file with the
Engineer an itemized statement of the details and amount of such alleged damage and,
upon request, shall give the Engineer access to all books of account,receipts, vouchers, ..
bills of lading, and other books or papers containing any evidence as to the amount of
such alleged damage. Unless such statements shall be filed as hereinabove required, the
Contractor's claim for compensation shall be waived, and he shall not be entitled to ..
payment on account of such damages.
C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES: In case it is
necessary to change, move,or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to
Part C General Conditions(NWWTP).doc C-38 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
enter the geographical limits of the Contract for the purpose of making such changes or
repairs to their property that may be necessary by the performance of this contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer
lines have to be taken up or removed, the Contractor shall, at his own expense and cost,
,M provide and maintain temporary outlets and connections for all private or public drains
and sewers. The Contractor shall also take care of all sewage and drainage which will be
received from these drains and sewers, and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or diversions.
.. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such times as the permanent connections
are built and are in service. The existing sewers and connections shall be kept in service
and maintained under the Contract, except when specified or ordered to be abandoned by
the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequately protected.
*� C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any
construction work,he shall make complete and satisfactory arrangements with the Fort
rt Worth City Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main. All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor's responsibility in the use of all existing fire hydrants and/or valves is
detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General
Contract Documents.
When meters are used to measure the water, the charges, if any, for water will be at the
regularly established rates. When meters are not used,the charges, if any, will be as
prescribed by the City Ordinance,or where no ordinance applies, payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the
opinion of the Engineer, any section or portion of the work or any structure is in suitable
i condition, it may be put into use upon the written order of the Engineer, and such usage
shall not be held to be in any way an acceptance of said work or structure or any part
thereof or as a waiver or any of the provisions or these Contract Documents. All
necessary repairs and removals of any section of the work so put into use, due to
defective materials or workmanship, equipment, or to deficient operations on the part of
the Contractor, shall be performed by the Contractor at his own expense.
Part C General Conditions(NWWTP).doc C-39 Part C General Conditions
ii/26/2007
City of Fort Worth
Northwest WTP
C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents,the work shall be ..
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or non-execution of the ..
work. The Contractor shall rebuild, repair, restore, and make good at his own expense all
injuries or damages to any portion of the work occasioned by any of the hereinabove
causes. .•
C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order
by the Owner by payment of money or any payment for or acceptance of any work, or
any extension of time, or any possession taken by the City shall not operate as a waiver of
any provision of the Contract Documents. Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach.
The Owner reserves the right to correct any error that may be discovered in any estimate
that may have been paid and to adjust the same to meet the requirements of the Contract ■'
Documents.
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the
provisions of these Contract Documents or in exercising any power or authority granted
thereunder, there shall be no liability upon the authorized representatives of the Owner,
either personally or otherwise as they are agents and representatives of the City.
C6-6.21 STATE SALES TAX: This contract is issued by an organization which
qualifies for exemption pursuant to the provisions of Article 20.04(F)of the Texas ..
Limited Sales, Excise, and Use Tax Act. All equipment and materials not consumed by
or incorporated into the project construction are subject to State Sales Tax under House
Bill 11, enacted August 15, 1991. All such taxes shall be included in the various amounts ..
on the Proposal Form. The successful Bidder shall be required to submit a breakdown
between costs of labor, consumable material and other construction costs and costs of
material incorporated into the project construction prior to execution of this contract.
At the time of execution of the Contract Documents by the Contractor, the Contractor
shall complete the"Statement of Materials and Other Charges"which identifies the ..
project costs anticipated in the Project into "Materials Incorporated into the Project"and
"All Other Charges". The Contract shall be a"Separated Contract". ..
The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor.
All Change Orders to the Contract will separate charges for materials and labor and will
contain the following statement:
Part C General Conditions(NWWI'P).doc C-40 Part C General Conditions
1 l;26/2007
City of Fort Worth
Northwest WTP
"For purposes of complying with Texas Tax Code, the Contractor agrees that the charges
for material incorporated into the project in excess of the estimated quantity provided for
herein will be no less than the invoice price for such material to the Contractor.
Part C General Conditions(NWWTP).doc C-41 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
SECTION C7-7 PROSECUTION AND PROGRESS
C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and
with assistance of workman under his immediate superintendence, work of a value of not
less than fifty(50)percent of the value embraced in the contract. If the Contractor _
sublets any part of the work to be done under these Contract Documents, he will not
under any circumstances be relieved of the responsibility and obligation assumed under
these Contract Documents. All transactions of the Engineer will be with the Contractor.
Subcontractors will be considered only in the capacity of employees and workmen of the
Contractor and shall be subject to the same requirements as to character and competency.
The Owner will not recognize any subcontractor on the work. The Contractor shall at all ..
times, when the work is in operation,be represented either in person or by a
superintendent or other designated representatives.
pa
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign,transfer,
sublet, convey, or otherwise dispose of the contract or his rights,title, or interest in or to
the same or any part thereof without the previous consent of the Owner expressed by
resolution of the City Council and concurred in the Sureties.
If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right,title, or interest therein or any part thereof,
to any person or persons,partnership, company, firm, or corporation, or does by
bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any
state, attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled,unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue
of said contract shall be retained by the Owner as liquidated damages for the reason that
it would be impracticable and extremely difficult to fix the damages.
C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction
operation, the Contractor shall submit to the Engineer in five or more copies,if requested
by the Engineer, a progress schedule preferably in chart or diagram form, or a brief
outlining in detail and step by step manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time. There shall also be submitted a table of estimated amounts to be
earned by the Contractor during each monthly pay estimate period.
The Contractor shall commence the work to be performed under this contract within the ''
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure its
completion within the time limit.
The sequence requested of all construction operations shall be at all times as specified in pa
the Special Contract Documents. Any deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
Part C General Conditions(NWWTP).doc C-42 Part C General Conditions
11/26/2007
pa
City of Fort Worth
Northwest WTP
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from the full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7.8 "Extension of Time
of Completion"of this Agreement, and a progress schedule shall not constitute a change
in the contract time.
C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be
conducted by the Contractor so as to create a minimum amount of inconvenience to the
public. At any time when, in the judgment of the Engineer, the Contractor has obstructed
or closed or is carrying on operations in a portion of a street or public right of way greater
than is necessary for the proper execution of the work,the Engineer may require the
Contractor to finish the section on which operations are in progress before the work is
commenced on the additional section or street.
C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used
by the Contractor if available. The Contractor may bring in from outside the City of Fort
Worth his key man and his superintendent. All other workmen, including equipment
operators,may be imported only after the local supply is exhausted. The Contractor shall
employ only such superintendents, foremen, and workmen who are careful, competent,
and fully qualified to perform the duties or tasks assigned to them, and the Engineer may
demand and secure the summary dismissal of any person or persons employed by the
Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct
himself or be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise
objectionable or neglectful in the proper performance of his or their duties, or who
neglects or refuses to comply with or carry out the directions of the Owner, and such
person or persons shall not be employed again thereon without written consent of the
Engineer.
All workmen shall have sufficient skill, ability, and experience to properly perform the
work assigned to them and operate any equipment necessary to properly carry out the
performance of the assigned duties.
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for prosecution of the work in an acceptable manner and at a
satisfactory rate of progress. All equipment,tools, and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory, safe and efficient working condition.
Equipment on any portion of the work shall be such that no injury to the work,workmen
or adjacent property will result from its use.
C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the
first day of work completed as defined in C1-1.23 "WORKING DAY"or the date
stipulated in the"WORK ORDER" for beginning work, whichever comes first.
Part C General Conditions(NWWTP).doc C-43 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday, or Legal Holidays, providing that the following
requirements are met:
A. A request to work on a specific Saturday, Sunday, or Legal Holiday must
be made to the Engineer no later than the preceding Thursday.
B. Any work to be done on the project on such a specific Saturday, Sunday,
or Legal Holiday must be, in the opinion of the Engineer, essential to the ..
timely completion of the project.
The Engineer's decision shall be final in response to such a request for approval to work
on a specific Saturday, Sunday, or Legal Holiday, and no extra compensation will be
allowed to the Contractor for any work performed on such specific Saturday, Sunday, or
Legal Holiday.
Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires.
C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall
commence the working operations within the time specified in the Contract Documents
and set forth in the Work Order. Failure to do so shall be considered by the Owner as
abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit.
The Contractor shall maintain a rate of progress such as will insure that the whole work
will be performed and the premises cleaned up in accordance with the Contract
Documents and within the time established in such documents and such extension of time
as may be properly authorized by the Owner. ^
C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall have occurred. Should an extension of time of
completion be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time or completion of the work, consideration will be given to _
unforeseeable causes beyond the control of an without the fault of negligence of the
Contractor, including but not limited to acts of the public enemy, acts of the Owner, fire,
flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays
of sub-contractors due to such causes.
When the date of completion is based on a calendar day bid, a request for extension of
time because of inclement weather will not be considered. A request for extension of
time due to inability to obtain supplies and materials will be considered only when a
review of the Contractor's purchase order dates and other pertinent data as requested by
the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery
Part C General Conditions(NWWTP).doc C-44 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
on schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery.
If satisfactory execution and completion of the contract should require work and
materials in greater amounts or quantities than those set forth in the approved Contract
MR Documents,then the contract time may be increased by Change Order.
C7-7.9 DELAYS: 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. When such extra compensation is claimed, a written statement
thereof shall be presented by the Contractor to the Engineer and if by him found convect
shall be approved and referred by him to the Council for final approval or disapproval;
and the action thereon by the Council shall be final and binding. If delay is caused by
specific orders given by the Engineer to stop work, or by the performance of extra work,
or by the failure of the City to provide materials or necessary instructions for carrying on
the work, then such delay will entitle the Contractor to an equivalent extension of time,
his application for which shall, however, be subject to the approval of the City Council;
and no such extension of time shall release the Contractor or the surety on his
performance bond from all obligations hereunder which shall remain in full force until
the discharge of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of
the contract. Each bidder shall indicate in the appropriate place on the last page of the
Proposal the number of working days or calendar days that he will require to fully
complete this contract or the time of completion will be specified by the City in the
Proposal section of the Contract Documents.
The number of days indicated shall be a realistic estimate of the time required to
complete the work covered by the specific contract being bid upon. The amount of time
so stated by the successful bidder or the City will become the time of completion
specified in the Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or the increased time granted by the Owner, or as automatically
"— increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule, unless otherwise specified in other parts of the
_ Contract Documents, will be deducted from monies due the Contractor,not as a penalty,
but as liquidated damages suffered by the Owner.
PM
Part C General Conditions(NWWTP).doc C-45 Part C General Conditions
�.. 11/26/2007
City of Fort Worth
Northwest WTP
AMOUNT OF CONTRACT
Less than $5,000 inclusive $35.00
$5,001 to $15,000 inclusive $45.00
$15,001 to $25,000 inclusive $63.00
$25,001 to $50,000 inclusive $105.00
$50,001 to 100,000 inclusive $154.00
$100,001 to $500,000 inclusive $210.00
$500,001 to $1,000,000 inclusive $315.00
$1,000,001 to $2,000,000 inclusive $420.00
$2,000,000 and over $630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor's delay in completing the work hereunder in the time specified by the
Contract Documents would be incapable or very difficult of accurate estimation, and that
the"Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast
of just compensation due the City for harm caused by any delay.
C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations
on such part or parts of the work ordered by any court, and will not be entitled to
additional compensation by virtue of such court order. Neither will he be liable to the
city in the event the work is suspended by a Court Order. Neither will the Owner be
liable to the Contractor by virtue of any Court Order or action for which the Owner is not
solely responsible.
C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the
work operation wholly or in part for such period or periods of time as he may deem p"
necessary due to unsuitable weather conditions or any other unfavorable conditions
which in the opinion of the Owner or Engineer cause further prosecution of the work to
be unsatisfactory or detrimental to the interest of the project. During temporary
suspension of work covered by this contract, for any reason,the Owner will make no
extra payment for stand-by time of construction equipment and/or construction crews.
PE
If it should become necessary to suspend work for an indefinite period, the Contractor
shall store all materials in such 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. _
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, as set forth in
Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION, and should it be
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time, then the
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 Engineer tat
Part C General Conditions(NWWTP).doc C-46 Part C General Conditions
11/26/2C07
.4
City of Fort Worth
Northwest WTP
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.
No reimbursement shall be allowed if the equipment is moved to another construction
project for the City of Fort Worth. The Contractor shall not suspend work without
written notice from the Engineer and shall proceed with the work operations promptly
when notified by the Engineer to so resume operations.
C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever,because of National Emergency, so declared by the President of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the necessary labor, materials, and equipment for the prosecution of the work with
reasonable continuity for a period of two months, the Contractor shall within seven days
notify the City in writing, giving a detailed statement of the efforts which have been
made and listing all necessary items of labor, materials, and equipment not obtainable. If,
after investigations, the Owner finds such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contract, then if the Owner cannot after reasonable effort, assist the Contractor in
procuring and making available the necessary labor, materials, and equipment within
thirty days, the Contractor may request the Owner to terminate the contract and the
Owner shall comply with the request, and the termination shall be conditioned and based
upon a final settlement mutually acceptable to both the Owner and the Contractor and
final payment shall be made in accordance with the terms of the agreed settlement, which
shall include, but not be limited to,the payment for all work executed, but no anticipated
profits on work which has not been performed.
C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF CONTRACT: The work operations on all or any portion or section of the work under
contract shall be suspended immediately upon written order of the Engineer or the
contract may be declared cancelled by the City Council for any good and sufficient cause.
The following,by way of example, but not of limitation, may be considered grounds for
suspension or cancellation:
A. Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
B. Substantial evidence that the progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
C. Failure of the Contractor to provide and maintain sufficient labor and
equipment to properly execute the working operations.
D. Substantial evidence that the Contractor has abandoned the work.
E. Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry out the work satisfactorily.
Part C General Conditions(NWWTP).doc C47 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
F. Failure on the part of the Contractor to observe any requirements of the
Contract Documents or to comply with any orders given by the Engineer
or Owner provided for in these Contract Documents.
G. Failure of the Contractor promptly to make good any defect in materials or
workmanship, or any defects of any nature the correction of which has
been directed in writing by the Engineer or the Owner.
H. Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work
under contract.
I. A 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.
J. If the Contractor shall for any cause whatsoever not carry on the working ..
operation in an acceptable manner.
K. If the Contractor commences legal action against the Owner. .•
A copy of the suspension order or action of the City Council shall be served on the
Contractor's Sureties. When work is suspended for any cause or causes, or when the r�
contract is cancelled, the Contractor shall discontinue the work or such part thereof as the
Owner shall designate, whereupon the Sureties may, at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may,with the written consent of the Owner, sublet the work or
that portion of the work as taken over,provided however,that the Sureties shall exercise
their option, if at all,within two weeks after the written notice to discontinue the work
has been served upon the Contractor and the Sureties or their authorized agents. The
Sureties, in such event shall assume the contractor's place in all respects, and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contact Documents. All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all terms of the Contract Documents.
In case the Sureties do not, within the heremabove specified time, exercise their right and _
option to assume the contract responsibilities, or that portion thereof which the Owner
has ordered by the Contractor to discontinue,then the Owner shall have the power to
complete, by contract or otherwise, as it may determine, the work herein described or _
such part thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of an use any materials,plants, tools,
equipment, supplies, and property of any kind provided by the Contractor for the purpose _
of carrying on the work and to procure other tools, equipment,materials, labor, and
property for the completion of the work, and to charge to the account of the Contractor of
Part C General Conditions(NWWTP).doe C-48 Part C General Conditions
1 I/26/2007
r"
City of Fort Worth
Northwest WTP
said contract expense for labor, materials, tools, equipment,and all expenses incidental
thereto. The expense so charged shall be deducted by the Owner from such monies as
may be due or may become due at any time thereafter to the Contractor under and by
virtue of the Contract or any part thereof. The Owner shall not be required to obtain the
lowest bid for the work completing the contract, but the expense to be deducted shall be
the actual cost of the owner of such work.
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contractor,then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due. When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section, the Contractor shall continue
the remainder of the work in conformity with the terms of the Contract Documents in
such a manner as to not hinder or interfere with performance of the work by the Owner.
C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having
been fulfilled, save as provided in any bond or bonds or by law, when all the work and all
sections or parts of the project covered by the Contract Documents have been finished
and completed, the final inspection made by the Engineer, and the final acceptance and
final payment made by the Owner.
C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER:
A. Notice of Termination: The performance of the work under this contract
may be terminated by the Owner in whole, or from time to time in part, in
accordance with this section,whenever the Owner shall determine that such
termination is in the best interest of the Owner. Any such termination shall be
effected by mailing a notice of termination to the Contractor specifying the extent
to which performance of work under the contract is terminated, and the date upon
which such termination is to become effective. Receipt of the notice shall be
deemed conclusively presumed and established when the letter is placed in the
United States Mail by the Owner. 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 Owner
regarding such discretionary action.
B. Contractor Action: After receipt of a notice of termination, and except as
otherwise directed by the Engineer, 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.
Part C General Conditions(NWWTP).doc C-49 Part C General Conditions
_ 11/26/2007
a
City of Fort Worth
Northwest WTP
3. Terminate all orders and subcontracts to the extent that they relate
to the performance of work terminated by the notice of termination.
4. Transfer title to the Owner and deliver in the manner, at the.times,
and to the extent, if any, directed by the Engineer.
a. The fabricated or un-fabricated part,work in process,
completed work, supplies, and other material produced as
part of, or acquired in connection with, the performance of
the work terminated by the notice of termination.
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
by the Owner.
5. Complete performance of such part of the work as shall not have
been terminated by the notice of termination.
6. Take such action as may be necessary,or as the Engineer 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.
At a time not later than 30 days after the termination date specified in the notice
of termination, the Contractor may submit to the Engineer a list,certified as to the
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 the Engineer. Not later than 15 days thereafter, the Owner shall
accept title to such items provided, that the list submitted shall be subject to
verification by the Engineer 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 convect the list, as submitted, shall be made prior to final
settlement.
C. Termination Claim: Within 60 days after notice of termination, the
Contractor shall submit his termination claim to the Engineer in the form and with
the certification prescribed by the Engineer. Unless one or more extensions in
writing are granted by the Owner upon request of the Contractor, made in writing _
within such 60 day period or authorized extension thereof, any an all such claims
shall be conclusively deemed waived.
D. Amounts: Subject to the provision if Item C7-7.16,the Contractor and
Owner may agree upon the whole or any part of the amount or amounts to be paid
to the Contractor by reason of the total or partial termination of work pursuant
hereto; provided, that such agreed amount or amounts shall never exceed the total
contract price as reduced by the amount of payments otherwise made and as
Part C General Conditions(NWWTP).doc C-50 Part C General C?ndllian
11/26/2007
rIM
on
City of Fort Worth
Northwest WTP
+w
further reduced by the contract price of work not terminated. The contract shall
be amended accordingly, and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits. Nothing in C7-7.16 hereafter,
prescribing the amount to be paid to the Contractor in the event of failure of the
Contractor by reason of the termination of work pursuant to this section, shall be
deemed to limit,restrict, or otherwise determine or affect the amount or amounts
which may be agreed upon to be paid to the Contractor pursuant to this paragraph.
E. Failure to Agree: In the event of the failure of the Contractor and the
Owner to agree as provided in C7-7.16(D)upon the whole amount to be paid to
the Contractor by reason of the termination of work 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. No amount
shall be due for lost or anticipated profits.
F. Deductions: In arriving at the amount due the contractor(under this
section, there shall be deducted(a) all un-liquidated advance or other payments on
account theretofore made to the Contractor, applicable to the terminated portion
of this contract; (b) an y claim which the Owner may have against the Contractor
in connection with this contract; and (c)the agreed price for, or the proceeds of
sale of, any materials, supplies, or other things kept by the Contractor or sold,
pursuant to the provisions of this clause, and not otherwise recovered by or
credited to the Owner.
G. Adjustment: If the termination hereunder be partial,prior to the settlement
of the terminated portion of the contract, the Contractor may file with the
Engineer a request in writing for an equitable adjustment of the price or price
specified in the contract relating to the continued portion of the contract(the
portion not terminated by the notice of termination), such equitable adjustment as
may be agreed upon shall be made in such price or prices; nothing contained
herein, however, shall limit the right of the Owner an d the Contractor to agree
upon the amount or amounts to be paid to the Contractor for the completion of the
continued portion of the contract when said contract does not contain an
established contract price for such continued portion.
H. No Limitation of Rights: Nothing contained in this section shall limit or
alter the rights which the Owner may have for termination of this contract under
ftw C7-7.14 hereof entitled"Suspension of Abandonment of the Work and
Amendment of Contract" or any other right which Owner may have for default or
breach of contract by Contractor.
C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible
for initiating, maintaining, and supervising all safety precautions and programs in
connection with the work at all times and shall assume all responsibilities for their
enforcement.
Part C General Conditions(NWWTP).doc C-51 Part C General Conditions
11/26/2007
i
City of Fort Worth
Northwest WTP
The Contractor shall comply with federal, state, and local laws, ordinances, and
regulations so as to protect person and property from injury,including death, or damage
in connection with the work.
PM
Part C General Conditions(NA'VWTP).doc C-52 Part C General Conditions
11/26/2007
i
City of Fort Worth
Northwest WTP
SECTION C8-8 MEASURMENT AND PAYMENT
C8-8.1 MEASURMENT OF QUANTITIES: The determination of quantities of work
performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and will
be the actual length, area, solid contents, numbers, and weights of the materials and items
.� installed.
C8-8.2 UNIT PRICES: When in the Proposal a"Unit Price"is set forth, the said"Unit
Price" shall include the furnishing by the Contractor of all labor,tools,materials,
machinery, equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
-- these Contract Documents.
The"Unit Price"shall include all permanent and temporary protection of overhead,
surface, and underground structures, cleanup, finished, overhead expense,bond,
insurance, patent fees,royalties, risk due to the elements and other causes, delays,profits,
injuries, damage claims, taxes, and all other items not specifically mentioned that may be
required to fully construct each item of the work complete in place an in a satisfactory
condition of operation.
C8-8.3 LUMP SUM: When in the Proposal a"Lump Sum"is set forth,the said"Lump
Sum"shall represent the total cost for the Contractor to furnish all labor,tools,materials,
machinery, equipment, appurtenances, and all subsidiary work necessary for the
construction and completion of all the work to provide a complete and functional item as
detailed in the Special Contract Documents and/or Plans.
C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools,materials,
and incidentals for performing all work contemplated and embraced under these Contract
Documents, for all loss and damage arising out of the nature of the work or from the
action of the elements, for any unforeseen defects or obstructions which may arise or be
_ encountered during the prosecution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, (except as
provided in paragraph C5-5.14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the suspension
or discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents, trademarks, copyrights, or other legal reservations,
and for completing the work in an acceptable manner according to the terms of the
Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work
by the Owner shall in no way constitute an acknowledgment of the acceptance of the
work, materials, or equipment, nor in any way prejudice or affect the obligations of the
Part C General Conditions(NWWTP).doc C-53 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the two (2) year guaranty period after the final
acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage,
and the Contractor shall be liable to the Owner for failure to correct the same as provided
herein. �.
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Partial pay estimates shall be ..
submitted by the Contractor or prepared by the City on the 5th day and 20th day of each
month that the work is in progress. The estimate shall be proceeded by the City on the
loth day and 25th day respectively. Estimates will be paid within 25 days following the ,n
end of the estimate period, less the appropriate retainage as set out below. Partial pay
estimates may include acceptable nonperishable materials delivered to the work place
which are to be incorporated into the work as a permanent part thereof, but which at the .•
time of the pay estimate have not been so installed. If such materials are included within
a pay estimate, payment shall be based upon 85% of the net voice value thereof. The
Contractor will furnish the Engineer such information as may be reasonably requested to
aid in the verification or the preparation of the pay estimate.
For contracts of less than $400,000 at the time of execution, retainage shall be ten per _
cent (10%). For contracts of$400,000 or more at the time of execution, retainage shall
be five percent(5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold
future payments from the Contractor until compliance with this paragraph is
accomplished.
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the _
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be
held in abeyance if the performance of the construction operations is not in accordance ..
with the requirements of the Contract Documents.
Part C General Conditions(NWWTP).doc C-54 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the
Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing thai the improvements are ready for the final inspection.
The Engineer shall notify the appropriate officials of the Owner, will within a reasonable
time make such final inspection, and if the work is satisfactory, in an acceptable
condition, and has been completed in accordance with the terms of the Contract
Documents and all approved modifications thereof, the Engineer will initiate the
..,, processing of the final estimate and recommend final acceptance of the project and final
payment thereof as outlined in C8-8.8 below.
�- C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
-- Contractor, a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements, computations, and checks can be made.
All prior estimates upon which payment has been made are subject to necessary
corrections or revisions in the final payment.
•- The amount of the final estimate, less previous payments and any sum that have been
deducted or retained under the provisions of the Contract Documents, will be paid to the
Contractor within 60 days after final acceptance by the Owner on a proper resolution of
the City Council,provided the Contractor has furnished to the Owner satisfactory
evidence of payment as follows: prior submission of the final estimate for payment, the
Contractor shall execute an affidavit, as furnished by the City, certifying that all persons,
firms, associations, corporations, or other organizations furnishing labor and/or materials
have been paid in full, that the wage scale established by the City Council in the City of
Fort Worth has been paid, and that there are no claims pending for personal injury and/or
property damages.
_ The acceptance by the Contractor of the last or final payment as aforesaid shall operate as
and shall release the Owner 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 said City relating to or connected with the Contract.
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has
employed competent Engineers and designers to prepare the Contract Documents and all
modifications of the approved Contract Documents. It is, therefore, agreed that the
Owner shall be responsible for the adequacy of its own design features, sufficiency of the
Contract Documents, the safety of the structure, and the practicability of the operations of
the completed project, provided the Contractor has complied with the requirements of the
Part C General Conditions(NWWTP).doc C-55 Part C General Conditions
rr 11/26/2007
City of Fort Worth
Northwest WTP
said Contract Documents, all approved modifications thereof, and additions and
alterations thereto approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the said
requirements of the Contract Documents, approved modifications thereof, and all
approved additions and alterations thereto.
!
C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any
provision in the Contract Documents, nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship. 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 in the amount of 100 percent of the
amount of the contract which shall assure the performance of the general guaranty as
above outlined. The Owner will give notice of observed defects with reasonable
promptness. —
Any reference to any shorter period of time of warranty contained elsewhere within the pa
specifications shall be resolved in favor of this specifications, it being the City's intent
that the Contractor guarantee its work for a period of two (2)years following the date of
acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the
following in lieu of the existing paragraph 2.
C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by fs
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents, or the Special Contract Documents, in which no specific
item for bid has been provided for in the Proposal, shall be considered as a subsidiary _
item of work, the cost of which shall be included in the price bid in the Proposal, for each
bid item. Surface restoration, rock excavation, and clean-up are general items of work
which fall in the category of subsidiary work.
C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed
by the Engineer, depending on field conditions. Payment for miscellaneous placement of
material will be made for only that amount of material used,measured to the nearest one- ••
tenth unit. Payment for miscellaneous placement of material shall be in accordance with .
the General Contract Documents regardless of the actual amount used for the project.
C8-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all
specifications,plans, addenda, modifications, shop drawings, and samples at the site, in
good order and annotated to show all changes made during the construction process.
These shall be delivered to the Engineer upon completion of the work.
Part C General Conditions(NWWTP).doc C-56 Part C General Conditions
11/26/2007
'.
City of Fort Worth
Northwest WTP
C8-8.14 RIGHT TO AUDIT:
A. 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 normal 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 section. 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 the subcontract,
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 normal working hours to all subcontractor facilities, and
shall be provided adequate and appropriate work space, in order to conduct
audits in compliance with the provisions of this article. 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 the Contractor for the
cost of copies as follows:
1. 50 copies and under- 10 cents per page
2. More than 50 copies - 85 cents for the first page plus
fifteen cents for each page thereafter.
C8-8.15 SCHEDULE COSTS: Following the completion of all work on the Project and
prior to submittal of a request for final payment, the Contractor shall provide a Schedule
of Costs to City for approval which lists all equipment systems, structures, building
electrical and HVAC systems, overhead and project related costs. The items will be
grouped into categories using the Owner's list of category codes which will be provided
by the Owner at the Preconstruction Conference.
MP
The Schedule of Costs will be used by the City as input to the Capital Assets System, and
will not be considered in preparation of modifications to the Contract. Costs associated
with the preparation and processing of this schedule of costs shall be subsidiary to the
price bid.
Part C General Conditions(NWWTP).doc C-57 Part C General Conditions
11/26/2007
City of Fort Worth
Northwest WTP
The Contractor will also provide a projected payment schedule tied to the project
schedule and the schedule of values which projects the monthly payments through the rt
end of the Project. The Payment schedule must be submitted along with the first request
for payment. This information is necessary to arrange financing of the Project by the
City.
END OF SECTION
Part C General Conditions(NN"VTP).doc C-58 Part C General Conditions
11/26/2007
r
PART D
SPECIAL CONDITIONS FOR
THE NORTHWEST WATER
TREATMENT PLANT
GENERAL CONSTRUCTION
CONTRACT
City of Fort Worth
Northwest WTP
PART D
SPECIAL CONDITIONS
This Part D—Special Conditions is complimentary to Part C—General Conditions of the Contract.
�- Anything contained in this Part D that is additive to any provision in Part C—General Conditions of the
Contract are to be read together. Any conflict between Part C—General Conditions and this Part D, Part D
shall control.
i
FOR: NORTHWEST WATER TREATMENT PLANT
MEMBRANE FILTRATION SYSTEM
PROJECT NO.
D-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents
subject to the ruling of the Engineer shall generally,but not necessarily, follow the guidelines listed below:
1. Plans
2. Contract Documents
3. Special Conditions
The following Special Conditions shall be applicable to this project and shall govern over any conflicts with
the General Contract Documents under the provisions stated above. The Contractor shall be responsible for
defects in this project due to faulty materials and workmanship,or both,for a period of two(2)years from date
of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any
part or all of this project which becomes defective due to these causes.
Subject to modifications as herein contained,the Fort Worth Water Department's General Contract Documents
and General Specifications,with latest revisions,are made a part of the General Contract Documents for this
project. The Plans,these Special Contract Documents and the rules,regulations,requirements,instructions,
drawings or details referred to by manufacturers name,or identification include therein as specifying,referring
or implying product control, performance, quality, or other shall be binding upon the contractor. The
specifications and drawings shall be considered cooperative;therefore,work or material called for by one and
not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required
by all.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified
with the Water Department to perform such work in accordance with procedures described in the current Fort
Worth Water Department General Specifications,which general specifications shall govern performance of all
such work.
Part D Special Conditions.doc D-1 Part D—Special Conditions
11/29/2007
City of Fort Worth
Northwest WTP
This contract and project, where applicable, may also be governed by the two following published
specifications,except as modified by these Special Provisions:
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY
OF FORT WORTH
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL
TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these
contract documents.
A copy of either of these specifications may be purchased at the office of the Transportation and Public Works
Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The
specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not
shown,then applicable published specifications in either of these documents maybe followed at the discretion
of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the
North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the contract
document at any time. Failure to bid or fully execute contract without retaining contract documents
intact may be grounds for designating bids as"non-responsive"and rejecting bids or voiding contract
as appropriate as determined by the City Engineer.
F
D-2 LOCATION AND DESCRIPTION OF PROJECT
The Northwest Water Treatment Plant site is located at 12200 Old Weatherford Road,Fort Worth,Texas,
76108. This Contract consists of the furnishing of all the material,equipment, labor and supervision
necessary for the construction of the Northwest Water Treatment Plant as shown on the plans and as
described herein.
The Northwest Water Treatment Plant will be a new treatment facility. This project will include the ►•
following items:
■ Construction of a new 54-inch raw water pipeline, approximately 5,000 feet in length, from the
Tarrant Regional Water District(TRWD)Eagle Mountain Connection 96-inch pipeline to the
plant site.
■ Construction of a new Raw Water/High Service Pump Station
■ Construction of new Ozonation Facilities,including liquid oxygen storage and vaporizers, ozone
generation building, and ozone diffusion and contactor facility.
■ Construction of new pre-treatment structure complex, including two rapid mix basins,three two-
stage flocculation basins,three sedimentation basins with plate settlers,and eight granular
activated carbon contactors. The complex will include administration and operations building atop
the contactor pipe gallery.
■ Construction of a new Membrane Building with membrane modules and associated equipment.
■ Construction of a 2.5 million gallon precast concrete clearwell.
■ Construction of a new Chemical Building and storage area.
■ Construction of a new Electrical Building.
■ Civil site work,including paving, grading,and yard piping.
■ Electrical facilities
■ A new instrumentation and control system.
Part D Special Conditions.doc D-2 Part D—Special Conditions
11/29/2007
h
City of Fort Worth
Northwest WTP
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions:
L Certification of coverage("certificate"). A copy of a certificate of insurance,a certificate of authority
to self-insure issued by the commission,or a coverage agreement(TWCC-81,TWCC-82,TWCC-83,
or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity's
MA employees providing services on a project,for the duration of the project.
2. Duration of the project- includes the time from the beginning of the work on the project until the
** contractor's/person's work on the project has been completed and accepted by the governmental entity.
3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or
entities performing all or part of the services the contractor has undertaken to perform on the project,
regardless of whether that person contracted directly with the contractor and regardless of whether that
person has employees. This includes, without limitation, independent contractors, subcontractors,
.. leasing companies,motor carriers,owner operators,employees of any such entity,or employees of any
entity which fumishes persons to provide services on the project. "Services" include, without
limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation,
or other services related to a project. "Services"does not include activities unrelated to the project,
such as food/beverage vendors, office supply deliveries, and delivery of portable toilets.
B. The Contractor shall provide coverage,based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code,Section 401.011(44)or all employees of the Contractor providing services on the project,
for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to being warded
the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must, prior to the end of the coverage period, file a new
.w certificate of coverage with the governmental entity showing that coverage has been extended.
E. The Contractor shall obtain from each person providing services on a project, and provide the
governmental entity:
1. A certificate of coverage, prior to that person beginning work on the project, so the governmental
.. entity will have on file certificates of coverage showing coverage for all persons providing services on
the project;and
2. No later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage,if the coverage period shown on the current certificate of coverage ends during
the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the project and for
one year thereafter.
r.
Part D Special Conditions.doc D-3 Part D—Special Conditions
11/29/2007
MW
City of Fort Worth
Northwest WTP
G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, ..
within ten(10)days after the contractor knew or should have known„of any change that materially
affects the provision of coverage of any person providing services on the project.
H. The contractor shall post on each project site a notice,in the text,form and manner prescribed by the
Texas Worker's Compensation Commission,informing all persons providing services on the project
that they are required to be covered,and stating how a person may verify coverage and report lack of
coverage.
I. The contractor shall contractually require each person with whom it contracts to provide services on a �+
project,to:
1. Provide coverage,based on proper reporting on classification codes and payroll amounts and filing of ..
any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section
401.011(44)for all of its employees providing services on the project,for the duration of the project;
2. Provide to the Contractor,prior to that person beginning work on the project,a certificate of coverage
showing that coverage is being provided for all employees of the person providing services on the
project, for the duration of the project; ..
3. Provide the Contractor,prior to the end of the coverage period,a new certificate of coverage showing
extension of coverage,if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
4. Obtain from each other person with whom it contracts,and provide to the Contractor:
a.) A certificate of coverage,prior to the other person beginning work on the project;and
b.) A new certificate of coverage showing extension of coverage,prior to the end of the coverage ""
period, if the coverage period shown on the current certificate of coverage ends during the
duration of the project.
rr
5. Retain all required certificates of coverage on file for the duration of the project and for one year
thereafter.
ON
6. Notify the governmental entity in writing by certified mail or personal delivery,within ten(10)days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and ..
7. Contractually require each person with whom it contracts,to perform as required by paragraphs(1)-
(7), with the certificates of coverage to be provided to the person for whom they are providing _
services.
8. By signing this contract or providing or causing to be provided a certificate of coverage,the contractor
is representing to the governmental entity that all employees of the contractor who will provide
services on the project will be covered by worker's compensation coverage for the duration of the
project, that the coverage will be based on proper reporting of classification codes and payroll
amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the
case of a self-insured,with the commission's Division of Self-Insurance Regulation. Providing false or r'
misleading information may subject the contractor to administrative,criminal,civil penalties or other
civil actions.
PM
Part D Special Conditions.doc D-4 Part D—Special Conditions
11/29/2007
City of Fort Worth
Northwest WTP
MW 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor
which entitles the governmental entity to declare the contract void if the contractor does not remedy
the breach within ten days after receipt of notice of breach from the governmental entity.
J. The contractor shall post a notice on each project site informing all persons providing services on the
project that they are required to be covered,and stating how a person may verify current coverage and
report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the
Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice
must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall
be in both English and Spanish and any other language common to the worker population. The text for the
notices shall be the following text,without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this construction
project must be covered by workers'compensation insurance. This includes persons providing,hauling,or
delivering equipment or materials, or providing labor or transportation or other service related to the
project,regardless of the identity of their employer or status as an employee."
MR Call the Texas Worker's Compensation Commission at(512)440-3789 to receive information on the legal
requirement for coverage,to verify whether your employer has provided the required coverage,or to report
an employer's failure to provide coverage".
D4 PROJECT DESIGNATION SIGNS
A project sign is required for this project. It shall be in accordance with the attached Figure 30(dated 9-18-96)
presented at the end of the Special Conditions_ The Fort Worth symbol shall be modified to reflect the City's
current symbol. The signs may be mounted on skids or posts. The Engineer shall approve the exact locations
and methods of mounting. In addition to the 4'x 8'project signs,project signs shall be attached to barricades
used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall
be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade
signs shall be in accordance with Figure 30,except that they shall be 1'-0"by 2'-0"in size. The information
box shall have the following information:
For Questions on this Project Call:
(817)871-8306 M-F 7:30 am to 4:30 p.m.
or
(817)871-8300 Nights and Weekends
Any and all cost for the required materials,labor,and equipment necessary for the furnishing of Project Signs
shall be considered as a subsidiary cost of the project and no additional compensation will be allowed.
Part D Special Conditions.doc D-5 Part D—Special Conditions
1 l/29/2007
City of Fort Worth
Northwest WTP
D-5 WAGE RATES
The labor classifications and minimum wage rates set forth herein have been predetermined by the City
Council of the City of Fort Worth,Texas,in accordance with statutory requirements, as being the
prevailing classifications and rates that shall govern on all work performed by the Contractor or any
subcontractor on the site of the project covered by these Contract Documents. This project is also subject
to Federal Wage rates. In no event shall less than the prevailing wage rates,as attached to the end of Part
D,be paid.When two or more wage rate scales are shown and wage rates shown in specific classifications
are in conflict,the higher wage will be used.
D-6 EXISTING UTILITIES AND IMPROVEMENTS
The plans show the locations of all known surface and subsurface structures. However,the Owner assumes no ..
responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact
location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional
compensation for extra work or for increasing the pay quantities in any manner whatsoever.
The Contractor shall be responsible for verifying the locations of and protecting all existing utilities,service
lines,or other property exposed by his construction operations. Contractor shall make all necessary provisions
i
for the support,protection, relocation, and/or temporary relocation of all utility poles, gas lines, telephone
cables,utility services,water mains,sanitary sewer lines,electrical cables,drainage pipes,and all other utilities
and structures both above and below ground during construction. The Contractor is liable for all damages done
to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or
temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included
in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE
ALLOWED.
Where existing utilities or service lines are cut,broken or damaged the Contractor shall replace or repair the
utilities or service lines with the same type of original material and construction,or better,unless otherwise
shown or noted on the plans,at his own cost and expense. The Contractor shall immediately notify the Owner
of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing
underground facilities and notify the Engineer of any conflicts in grades and alignment.
Any and all permanent structures such as parking lot surface,fencing,and like structures on either public or
private property shall be replaced at no cost to the City by material of equal value and quality as that damaged.
In case it is necessary to change or move the property of any owner of a public utility,such property shall not
be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public
utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their
property that may be made necessary by performance of this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of
the Engineer to be accurate as to extent, location. and depth; they are shown on the plans as the best
information available at the time of design.from the owners of the utilities involved and from evidences found
on the ground.
City of Fort Worth
Northwest WTP
D-7 EXPLORATORY EXCAVATIONS
In addition to those areas as may be designated on the Drawings,it shall be the Contractor's responsibility
to excavate and locate existing utilities which may affect construction of the facilities. All exploratory
excavations shall occur for enough in advance to permit any necessary relocation to be made with
minimum delay. All costs incurred by the Contractor in making exploratory excavations shall be
considered to be included in the total price bid for the project.
D-8 SUBSTITUTIONS
• The specifications for materials set out the minimum standard of quality,which the City believes necessary to
procure a satisfactory project. No substitutions will be permitted until the Contractor has received written
permission of the Engineer to make a substitution for the material,which has been specified. Where the term
"or equal",or"or approved equal"is used,it is understood that if a material,product,or piece of equipment
bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the
purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed
for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed
substitute. Where the term"or equal",or"or approved equal"is not used in the specifications,this does not
necessarily exclude alternative items or material or equipment which may accomplish the intended purpose.
However,the Contractor shall have the full responsibility of proving that the proposed substitution is,in fact,
equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of
substitutions. The provisions of this sub-section as related to"substitutions"shall be applicable to all sections
of these specifications.
D-9 DISPOSAL OF SPOIL/FILL MATERIAL
Prior to the disposing of any spoil/fill material,the Contractor shall advise the Director of Engineering
Department, acting as the City of Fort Worth's Flood Plain Administrator("Administrator"),of the location
• of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such
material until the proposed sites have been determined by the Administrator to meet the requirements of
the Flood Plain Ordinances of the City of Fort Worth(Ordinance No. 10056). All disposal sites must be
.b approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit.
A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is
required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be
evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a
Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the
fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event
�. that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the
administrator approving the disposal site,upon notification by the Director of Engineering Department,
Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance
with the Ordinances of the City and this section.
Part D Special Conditions.doc D-7 Part D—Special Conditions
11/29/2007
City of Fort Worth
Northwest WTP
D-10 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION CONTROL
A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control
measures deemed necessary by the Engineer for the duration of the contract. These control measures shall
at no time be used as a substitute for the permanent control measures unless otherwise directed by the
Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created
by his construction operations. The temporary measures shall include dikes, dams, berms, sediment '^
basins,fiber mats,jute netting,temporary seeding,straw mulch,asphalt mulch,plastic liners,rubble liners,
baled-hay retards, dikes, slope drains and other devices.
B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the
authority to limit the surface area of erodible-earth material exposed by preparing right-of-way,clearing
and grubbing,the surface area of erodible-earth material exposed by excavation,borrow and to direct the i
CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent
streams,other water courses,lakes,ponds or other areas of water impoundment. Such work may involve
the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary
mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to
control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that
may develop during construction prior to installation of permanent pollution control features,but are not
associated with permanent control features on the project. The Engineer will limit the area of preparing
right-of-way,clearing and grubbing,excavation and borrow to be proportional to the CONTRACTOR'S
capability and progress in keeping the finish grading, mulching, seeding, and other such permanent
pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions
make such limitations unrealistic,temporary soil-erosion-control measures shall be performed as directed
by the Engineer.
1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will
minimize the amount of sediment entering streams.
2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other
structures shall be used wherever an appreciable number of stream crossings are necessary. Unless
otherwise approved in writing by the Engineer,mechanized equipment shall not be operated in live
streams.
3. When work areas or material sources are located in or adjacent to live streams, such areas shall be
separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream.
Care shall be taken during the construction and removal of such barriers to minimize the muddying of
a stream.
4. All waterways shall be cleared as soon as practicable of false work,piling,debris or other obstructions
placed during construction operations that are not a part of the finished work.
M
5. The Contractor shall take sufficient precautions to prevent pollution of streams,lakes and reservoirs
with fuels,oils,bitumen,calcium chloride or other harmful materials. He shall conduct and schedule
his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid
interference with movement of migratory fish.
C. MEASUREMENT AND PAYMENT: All work,materials and equipment necessary to provide temporary
erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work.
Part D Special Conditions.doc D-8 Part D—Special Conditions
F 11/29/2007
F
■
City of Fort Worth
Northwest WTP
D-11 UTILITIES
• The Contractor shall at his expense provide all utility services, including water, electricity, gas,telephone,
etc.,as may be required by him and during the construction and testing period. The City may be able to
make provisions for connections to the existing utilities provided that adequate service is available at
■ appropriate points within the plant site;however,the Contractor shall make all necessary arrangements,
furnish materials,and perform all labor and services for connections and metering. For utility services
received by connections to utility lines owned by the City within the plant,the Contractor will be billed by
■ the City each month.
D-12 SUBSIDIARY WORK
■ Any and all work specifically governed by documentary requirements for the project,such as conditions
imposed by Plans,the General Contract Documents or these Special Contract Documents,in which no _
■ specific item for bid has been provided for in the proposal, shall be considered as a subsidiary item of
work,the cost of which shall be included in the price bid in the Proposal for each bid item. Surface
restoration and cleanup are general items of work which fall in the category of subsidiary work.
■ D-13 RIGHT OF ACCESS 11
Representatives of the Texas Commission on Environmental Quality(TCEQ),Occupational Safety and
' Health Administration(OSHA), and City Code Inspectors shall have access to the project wherever and
whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access.
D-14 OSHA STANDARDS
All work performed under this contract shall meet the requirements of the Occupational Safety and Health
■ Administration(OSHA).
It is the responsibility of the Contractor to become familiar with the provisions of regulations published by
■ the OSHA in the Federal Register and to perform all of the responsibilities thereunder.
It is the Contractor's responsibility to see that the project is constructed in accordance with OSHA
regulations and to indemnify and save harmless the City from any penalties resulting form the Contractor's
failure to so perform.
D-15 TIME OF COMPLETION
All work under this contract shall be completed within 730 calendar cays. Interim completion dates for
various facilities shall be met as outlined in Section 01040. Liquidated damages will be assessed the
■ Contractor for failure to complete necessary work to meet these interim completion dates. —
Substantial Completion of the project is defined as completion of all process structures,pipelines,and
equipment, including electrical and instrumentation,having been installed,tested,and commissioned with
approval by the Owner and Engineer,allowing the plant to produce 15 million gallons per day(mgd)of
potable water, store 2.5 million gallons of treated water, and to pump 15 mgd to the two distribution
system pressure planes fed from the plant. Substantial Completion shall be met within 540 calendar days
from the Notice to Proceed and if such date is not met, liquidated damages shall be assessed the Contractor
as stated herein. Contractor will be allowed to work double shifts and Saturdays and Sundays if Contractor
■ can demonstrate that the work items to be performed are related to the critical path of the construction
Part D Special Conditions.doc D-9 Part D—Special Conditions
1 l/29/2007
City of Fort Worth
Northwest WTP
schedule and if the additional work schedule is required to meet Substantial Completion.
The time period between Substantial Completion and Final Completion shall be scheduled for completion
of ancillary items that have no impact on the treating, storage,or pumping of water, such as finish grading
and paving,painting,and architectural finish work.
In the event the Contractor fails to meet the individual interim completion dates of the Project,as outlined
in Section 01040,the Owner may withhold money permanently from the Contractor's total compensation at
a rate of$2,000.00 per calendar day as liquidated damages until each interim date is met.
In the event the Contractor fails to meet the Substantial Completion date of the Project,the Owner may
withhold money permanently from the Contractor's total compensation at a rate of$2,000.00 per calendar
day as liquidated damages until Substantial Completion is met.
In the event the Contractor fails to complete the Project in total within the time set forth above,the Owner
may withhold at a rate of$1,000.00 per calendar day as liquidated damages,including added expenses for
engineering services,inspection, loss of revenue, etc.,in connection with the Project.
Delete the schedule of Liquidated Damages in Section C&-7.10 of the General Conditions.
D-16 INTERPRETATION OF PHRASES
Wherever the words"Directed", "Required", "Permitted","Designated", "Considered Necessary",
"Prescribed",or words of like import are used on the Plans or in the Specifications, it shall be understood
that they are intended as Specifications,it shall be understood that they are intended as prerogative of the
Owner and/or the Engineer; and,similarly,the words,"Approval", "Acceptable","Satisfactory",or words
of like import, shall mean approval,etc.,by the Owner and/or Engineer.
Wherever in the Specifications or in the Plans for the work the terms or description of various qualities
Orelative to finish, workmanship,or other qualities of similar kind cannot,because of their nature,be
specifically and briefly described and are customarily described in general terms,the Owner and/or
Engineer shall be final judge as to whether or not the workmanship so described is being performed in
accordance with the intent of the Plans and Specifications the work shall be completed in accordance with
his interpretation of the meaning of such words,terms,or clauses.
D-17 TERMINATION
It is understood and agreed that this contract may be terminated by the City without obligation to the
Contractor,in whole or from time to time in part,whenever such termination is determined by the City to
be in the best interests of the City. Termination may be effected by delivering to the Contractor or his
designated representative a notice of termination,specifying to what extent performance of the work under
the contract is being terminated and the effective date of termination. After receipt of notice of termination
PLO Contractor shall:
1. Stop work specified in the notice on the date and to the extent specified in the notice of termination.
2. Place no further order or subcontract except as necessary to complete work already underway.
3. Terminate all orders and contracts to the extent that they relate to the performance of the work
terminated by the Notice of Termination.
Part D Special Conditions.doc D-10 Part D—Special Conditions
11/29/2007
City of Fort Worth
Northwest WTP
D-18 SUBSTANTIAL COMPLETION INSPECTIONXINAL INSPECTION =
Prior to the final inspection being conducted for the project,the contractor shall contact the city inspector
in writing when the entire project or a designated portion of the project is substantially complete.The
Construction Manager along with appropriate City staff and the City's consultant shall make an inspection
of the substantially completed work and prepare and submit to the contractor a list of items needing to be
completed or corrected. The contractor shall take immediate steps to rectify the listed deficiencies and
notify the owner in writing when all the items have been completed or corrected.
Payment for substantial completion inspection, as well as final inspection, shall be subsidiary to the project
price. Contractor shall still be required to address all other deficiencies,which are discovered at the time
of final inspection.
Final inspection shall be in conformance with general condition item"C5-5.18 Final Inspection"of PART
C-GENERAL CONDITIONS.
D-19 FINAL ACCEPTANCE
After construction work is satisfactorily completed,the Owner shall make a final inspection of the project.
The Owner will advise the Contractor if the project has been satisfactorily completed in accordance with
the Plans and Specifications and issue a written statement of final acceptance in accordance with Section
C8-8.7 FINAL ACCEPTANCE OF THE GENERAL CONDITIONS. After final acceptance,the
Contractor shall provide a two-year Guaranty in accordance with Section C 3-3.7 BONDS and C8-8.10
GENERAL GUARANTY,of the General Conditions, commencing the date of final acceptance.
D-20 COOPERATION OF CONTRACTORS AND CITY -
It is expected that during various phases of the construction of this Project,other contract work,treated
water pipelines and sewer lines,will also be in progress at or adjacent to the Northwest Water Treatment
Plant site. Each Contractor shall be required to cooperate to the fullest,each with the other,in
coordinating work,eliminating conflicts with work or personnel at all times. In case of conflicts,the
Engineer shall determine the responsibility or priority of work and his decisions shall be final. The
estimated construction schedules for the other construction contracts are presented in Section 01035.
.. D-21 INTERPRETATION OF REQUIREMENTS
a. Interpretation: Any question as to interpretation of drawings and specifications or any questions
arising after examination of premises must be referred to the Engineer in writing. No
interpretation nor instructions given verbally by any persons will be considered valid.
b. Lack of Understanding: Lack of understanding of Drawings and Specifications or failure to secu
information concerning all conditions will not justify any claims,and extra compensation will not
be made simply because of lack of such knowledge.
D-22 HAZARDOUS AND TOXIC MATERIALS
Insofar as permitted by law, the Owner shall indemnify and hold harmless the Contractor from and against
any and all liabilities,losses, cost,damages and expenses, arising out of use of the materials at the Owners
site which are not under the direct control of the Contractor, including,but not limited to,any and all
liability resulting form personal injury, including death,property liability,at any time,however caused,due
to the presence or release of,or exposure, whether to the person or property injured or otherwise,to any
Part D Special Conditions.doc D-11 Part D—Special Conditions
11/29/2007
i
City of Fort Worth
Northwest WTP
hazardous or toxic substance,provided,however, that the City liability shall be limited to that established
in Article 6252-19, Texas Revised Code and other applicable State statutes and Constitutional provisions.
D-23 AGE ■
In accordance with the policy("Policy")of the Executive Branch of the Federal Government,Contractor
covenants that neither it nor any of its officers,members, agents, employees,program participants or '
subcontractors, while engaged in performing this contract,shall,in connection with the employment,
advancement or discharge of employees or in connection with the terms, conditions or privileges of their
employment,discriminate against persons because of their age except on the basis of a bona fide ■
occupational qualification,retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers,members, agents, employees, subcontractors,
program participants, or persons acting on their behalf, shall specify,in solicitations or advertisements for
employees to work on this contract, a maximum age limit for such employment unless the specified
maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory
requirement.
Contractor warrants it will fully comply with the policy and will defend,indemnify and hold City harmless
against any claims or allegations asserted by third parties or subcontractors against City arising out of
Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy
concerning age discrimination in the performance of this agreement.
D-24 DISABILITY
In accordance with the provisions of the Americans With Disabilities Act of 1990("ADA'),Contractor '
warrants that if any and all of its subcontractors will not unlawfully discriminate on the basis of disability
in the provision of services to the general public,nor in the availability,terms and/or conditions of
employment for applicants for employment with,or employees of Contractor or any of its subcontractors.
Contractor warrants it will fully comply with ADA's provision and any other applicable federal,state and
local laws concerning disability and will defend, indemnify and hold City harmless against any claims or
allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its
subcontractor's alleged failure to comply with the above-referenced law concerning disability
discrimination in the performance of this agreement.
D-25 (NOT USED)
D-26 (NOT USED) ,
D-27 INSURANCE
Property insurance upon the entire work,including materials not in place at the site to the full insurable
value thereof, is required. All Risk Builder's Risk Insurance shall include the interests of the Owner,the
Contractor, Subcontractor and Sub-subcontractors in the work and shall include,but not be limited to,the
perils of fire, lightning, flood, collapse,windstorm,hail,explosion,riot,civil commotion,smoke, aircraft,
land vehicles, vandalism and malicious mischief. The Builder's Risk Insurance shall be endorsed to permit
occupancy prior to completion of construction and prior to acceptance by the Owner. A copy of the
Builder's Risk Policy shall be filed with the Owner and shall include a thirty(30)day notice of
cancellation of policy provision.
Part D Special Conditions.doc D-12 Part D- Special Conditions
11/29/2007
IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in
quadruplicate in the year and day first above written. _
ATTEST: City of Fort Worth, Texas (Owner)
Party of the First Part
By:
Charles Boswell, City Manager
City Secretary
(SEAL)
WITNESS:
By:
Approved for Fort Worth City Water Department:
S. Frank Crumb, Water Director
Approved as to Form and Legality:
i
City Attorney
G-2